Skip to main content

An official website of the United States government

You have 2 new alerts

ADVANCED TRACKING ARCHITECTURES USING ARTIFICIAL INTELLIGENCE (AI) (ATA-AI)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Jul 05, 2022 08:04 am EDT
  • Original Published Date: Sep 15, 2020 07:16 am EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2025
  • Original Inactive Date: Sep 30, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC12 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:

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:  Advanced Tracking Architectures using Artificial Intelligence (AI) (ATA-AI)                                                                                         

BAA NUMBER: FA8750-20-S-7018

PLEASE SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS

                                               Amendment 1 to BAA FA8750-20-S-7018

The purpose of this amendment is to update the FY21 white paper due date from 30 SEP 2020 to 16 OCT 2020.

 

  1. Part I OVERVIEW INFORMATION is updated as follows:

This announcement is for an Open, 2 Step BAA, which is open and effective until 30 Sep 2025. 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 5pm Eastern Standard Time (EST) on 30 Sep 2025, the following submission dates are suggested to best align with projected funding:

FY21 by 16 Oct 2020

FY22 by 01 June 2021

FY23 by 01 June 2022

FY24 by 01 June 2023

FY25 by 01 June 2024

 

  1. Part II, Section IV.1 is updated as follows:

1.  SUBMISSION DATES AND TIMES:  It is recommended that white papers be received by 1700 Eastern Standard Time (EST) on the following dates to maximize the possibility of award:

FY21 by 16 Oct 2020

FY22 by 01 June 2021

FY23 by 01 June 2022

FY24 by 01 June 2023

FY25 by 01 June 2024

White papers will be accepted until 1700 EST on 30 Sept 2025, but it is less likely that funding will be available in each respective fiscal year after the dates cited.  This BAA will close on 30 Sept 2025.

All offerors submitting white papers will receive notification of their evaluation results within 45 days of submission.  Offerors should email the TPOC and the Contracting Officer listed in Section VII, for status of their white paper(s) after 45 days, if no such correspondence has been received.

No other changes have been made.

                                                        AMENDMENT 2 to BAA FA8750-20-S-7018

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 I, Overview Information:
    1. Extends the FY22 white paper date;
    2. Updates the Pre-Proposal Communication between Prospective Offerors and Government Representatives language;

  1. Part II, Full Text Announcement:
    1. Section I, updates the Technology Requirements;
    2. Section III.1, extends the FY22 white paper date;
    3. Section IV.2, updates content and format language;
    4. Section IV.3.a, updates the NISOPM reference to reflect it being codified in the CFR;
    5. Section IV.3.c, removes language regarding optional hard copies;
    6. Section IV.4, adds paragraph g;
    7. Section V., adds paragraph 4 regarding adequate price competition;
    8. Section VI.1, updates the Proposal Formatting language;
    9. Section VI.7, updates the applicable provisions;
    10. Section VII: updated the OMBUDSMAN

No other changes have been made.

SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS.

                                            Amendment No. 3 to BAA FA8750-20-S-7018

The purpose of this amendment is to:

  1. Section III, Eligibility Information, adds the following paragraph 5 for S&T Protection:

5. In accordance with AFRLI 61-113, S&T Protection, Contractors/Recipients are required to submit with their proposal a Standard Form 424, "Research and Related and Senior and Key Person Profile (Expanded), as well as a Security Program Questionnaire, which are included in the RI-Specific Proposal Preparation Instructions and can be accessed at:

https://sam.gov/opp/e628c811fafe041accdddf55fb8539bf/view?keywords=AFRL-BAA-GUIDE&sort=-relevance&index=&is_active=true&page=1. Always reference the

newest versions of these documents.  Complete and submit the required forms with your proposal to the technical point of contact (TPOC) listed in Section VII-Agency Contacts AND AFRL.RIOF@us.af.mil.

Contractors will be required to provide documentation of their Security Program Plan for initial Institution S&T Protection Program Review. The purpose of requesting the plan is to evaluate the offeror’s capacity for protecting the Government’s S&T and failure to demonstrate a plan adequate to meet the needs of the requirement may be grounds for considering the proposal unawardable. In the event a security risk is identified and the Government has determined the security risk exceeds the acceptable threshold, the Contractor/Recipient will be notified and informed of the termination/decline of award. The Government will be only required to provide a general statement of the reasoning due to Government OPSEC measures.

After award, the Contractor/Recipient will be required to re-submit the Standard Form 424 as an annual requirement to the points of contact listed above.

No other changes are made.

                                                      AMENDMENT 4 to BAA FA8750-20-S-7018

The purpose of this modification is to increase the ceiling value and make

the following changes to the BAA:

1.            Throughout, updates references of BetaSAM to SAM;

2.            Part I, BAA ESTIMATED FUNDING, the BAA ceiling is increased to $99M,

and the individual award range is updated to $450K to $65M.

3.            Part II, Section II.1, BAA ceiling and fiscal year breakout of

funding is updated;

4.            Section II.1.a, individual award range is updated;

5.            Section III, adds paragraph 4;

6.            Section IV.3.a, updates the NISPOM language;

7.            Section IV.4, adds paragraph g;

8.            Section V.2.a, updates language;

9.            Section V.2.a, updates Review and Selection language;

10.          Section VI.1, updates proposal formatting language;

11.          Section IV.4, adds additional language;

12.          Section VI.7, updates the applicable provisions.

NO OTHER CHANGES ARE MADE.

SEE ATTACHMENT FOR FULL AMENDMENET DETAILS.

Contact Information

Contracting Office Address

  • CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106 RM E125
  • ROME , NY 13441-4514
  • USA

Primary Point of Contact

Secondary Point of Contact

History