Skip to main content

An official website of the United States government

You have 2 new alerts

DRAFT RFP: Advancing Artificial Intelligence Multiple Award Contract

info alert

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

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Feb 02, 2025 04:03 pm EST
  • Original Published Date: Nov 20, 2024 11:13 am EST
  • Updated Response Date: Feb 18, 2025 12:00 pm EST
  • Original Response Date: Dec 20, 2024 12:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 02, 2026
  • Original Inactive Date: Nov 20, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7A20 - IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:

Description

This is a DRAFT Request for Proposal (RFP) issued for the purpose of developing a viable Advancing Artificial Intelligence Multiple Award Contract (AAMAC) solicitation that will best communicate the Governments requirements to industry through exchange of information.The Government is requesting that interested respondents review the draft RFP documents included in the PIEE Solicitation Module Link for FA800325R0002 link below, as well as the questions included in the AAMAC Draft RFP Feedback form.Responses to this draft RFP are voluntary and will not affect a contractors ability to submit a proposal if, or when, an AAMAC solicitation is released.The DoD CDAO/771 ESS greatly appreciate your recommendations and questions and will actively work to incorporate your feedback.Instructions:? All feedback should be provided via the AAMAC Draft RFP form: https://forms.osi.apps.mil/r/wKjcLGeEKQ? Responses must be received no later than Tuesday, 18 February 2025 @ 12PM Eastern.Summary Notes:? Over 180 responses were submitted to the initial draft RFP (posted 20 Nov ? 20 Dec 2024).? The Government has compiled a Questions and Answers spreadsheet to address all comments/questions received in response to the initial draft RFP.? Based on the preponderance of initial feedback, the following criteria were removed:o Number of DoD or other federal agency-sponsored ATOso ISO/IEC 27001 20000 certificationo Peak number of FTE employeeso Average retention rateo Number of SCI-eligible FTE employeeso Number of OCONUS FTE positions filled? The following criteria were added:o Number of Small Business Innovation Research (SBIR)/Small Business Technology Transfer (STTR) Phase II awards supporting data management, analytics, and/or AI? The scoring requirements for all criteria, especially Criteria 1 ? 8, have been clarified.? Based on the preponderance of the initial draft RFP feedback, teaming for purposes of enhancing a prime Offerors score for an IDIQ is no longer allowed. However, prime Offerors may now submit a limited number of subcontracts. Please see the revised Instructions to Offerors (ITO) for further details.? To enable DoD ordering activities to set aside future orders in accordance with their small business program goals, Small Business Reserves will be created under the Small Business Pool. See the revised ITO for further details.? Official documentation that may be submitted in work samples has been clarified and expanded. See paragraph 4.1 of the revised ITO for further details.? Work sample qualifications have been clarified and expanded. See paragraph 4.3 of the revised ITO for further details.? The following attachments were re-numbered:o Attachment 8 Self-Scoring Matrix is now Attachment 5o Attachment 9 Cross-Reference Matrix is now Attachment 6o Attachment 10 Work Sample Cover Sheet is now Attachment 7o Attachment 5 Offeror Company Information is now Attachment 9? The following attachments were deleted:o Intent to Competeo Offeror Team Organizationo Small Business Participation Commitment Document (SBPCD) Template (Note: A SBPCD will still be required; see the revised ITO for further details)? The following attachments were added:o AAMAC Kickoff Meeting Statement of Work (SOW)o AAMAC Kickoff Meeting Contract Data Requirements List (CDRL)Disclaimers:? The documents attached to this draft RFP are drafts and therefore are subject to change.? This draft RFP is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued.? The Government will not reimburse or pay for information submitted in response to this draft RFP. All submissions become Government property and will not be returned.? No entitlement to payment by the Government of direct costs or charges will arise because of the submission of information in response to this draft RFP.? Proprietary information shall NOT be submitted in response to this draft RFP, nor will the Government be liable for or suffer any consequential damages for any improperly identified proprietary information.? No award will be made as a result of this draft RFP.? This draft RFP is for informational purposes only to promote exchanges of information with industry.? The Government will not pay for any information and/or materials received in response to this draft RFP and is not obligated by the information received.

Contact Information

Contracting Office Address

  • CP 937 257 2735 1940 ALLBROOK DR BLDG 1
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA

Primary Point of Contact

Secondary Point of Contact

History