OPPORTUNITY QUALIFICATION SUMMARY

Opportunity Name: Advancing Artificial Intelligence Multiple Award Contract (Aamac)

Solicitation Number: FA800325R0002

Agency: The Department Of Defense (Dod), Chief Digital And Artificial Intelligence Office (Cdao), Advana Program

Financial Considerations
Ceiling Value:

$15B

Timeline
Status:

Pre-RFP

Sources Sought/RFI:

September 4, 2024

RFI Responses Due:

October 9, 2024

Draft:

November 20, 2024

Special Notice:

November 20, 2024

Special Notice:

November 20, 2024

Responses:

December 20, 2024

Draft RFP:

February 2, 2025

Responses to the Draft RFP:

February 18, 2025

Final RFP:

March 2025 (Estimate)

Proposals Due:

April 30, 2025

Award:

September 2025 (Estimate)

Competition     Full and Open / Unrestricted
Type of Award:IDIQ – Agency Specific
Contract Type:Firm Fixed Price, Indefinite Delivery Indefinite Quantity
Contract Term:5 year(s) base plus 1 x 5 year(s) option(s)
Awards: Multiple
NAICS: 541512
Location:CONUS

The Department of Defense (DoD), Chief Digital and Artificial Intelligence Office (CDAO), Advana Program has a requirement for Advancing Artificial Intelligence Multiple Award Contract (AAMAC).

REQUIREMENTS

Analytics Application Development

    • The contractor shall deliver platform-agnostic (e.g., interoperable with DoD platforms other than Advana) analytics application development.

Enterprise Architecture

    • The contractor shall perform Enterprise Architecture activities as required for designing and implementing systems, platforms, and solutions developed.

Systems Engineering

    • The contractor shall perform Systems Engineering activities required for scoping, designing, implementing, and securing systems, platforms, and solutions developed.

DevSecOps Solutions and Services

    • The contractor shall provide DevSecOps Solutions and Services as required for automating all the software/system lifecycle of all systems, platforms, and solutions.

Software Development and Integration

    • The Contractor shall perform Software Development and Integration activities as required for designing, coding, and implementing systems, platforms, and solutions.

Test, Evaluation, Verification, and Validation

    • The Contractor shall perform Test, Evaluation, Verification, and Validation activities as required for systems, platforms, and solutions.

Cybersecurity

    • The Contractor shall perform Cybersecurity activities as required for risk management, authorizing, securing, and defending systems, platforms, and solutions.

Operations and Maintenance

    • The Contractor shall perform Operations and Maintenance activities as required for deploying, operating, administering, and maintaining systems, platforms, and solutions.

Enterprise Data Engineering and Operations

    • The Contractor shall perform Enterprise Data Engineering and Operations activities as required for acquiring, ingesting, aligning, cleaning, tagging, advertising, and sharing enterprise data for all DoD data sources addressed.

Governance

    • The Contractor shall perform Governance activities as required for acquiring, ingesting, aligning, cleaning, tagging, advertising, and sharing enterprise data for all DoD data sources addressed.

Information Technology (IT) Resource Acquisition and Management

    • The contractor shall assist the Government in assessing identifying, acquiring, and managing commercially procured IT resources including, but not limited to, software licenses, cloud capacity, and technical support.

Product Management

    • The Contractor shall perform Product Management activities as required for products designed, developed, and/or deployed.

Business Operations

    • The Contractor shall perform Business Operations required for accelerating adoption and implementation of data, analytic, and AI operational efficiencies.

Program Management

    • The Contractor shall perform Program Management activities, as required, for planning, coordination, organization, and execution of all program management.

Customer Support and Service Desk

    • The Contractor shall perform Customer Support and Service Desk activities as required for assisting customers and users that utilize systems, platforms, and solutions.

Data Engineering and Data Science Solutions

    • The Contractor shall assist customers in defining, scoping, planning, implementing, testing, authorizing, and delivering Data Engineering and Data Science Solutions.

Artificial Intelligence and Machine Learning Solutions

    • The Contractor shall assist customers in defining, scoping, planning, implementing, testing, authorizing, and delivering Artificial Intelligence and Machine Learning Solutions.

Robotic Process Automation

    • The Contractor shall assist customers in defining, scoping, planning, implementing, testing, authorizing, and delivering Robotic Process Automation (RPA) Solutions.

INSTRUCTIONS – RESPONSES TO THE DRAFT RFP (VOLUNTARY)

The DRAFT Request for Proposal (RFP) is issued for the purpose of developing a viable Advancing Artificial Intelligence Multiple Award Contract (AAMAC) solicitation that will best communicate the Government’s requirements to industry through exchange of information.

The Government is requesting that interested respondents review the draft RFP documents as well as the questions included in the AAMAC Draft RFP Feedback form.

Responses to the draft RFP are voluntary and will not affect a contractor’s ability to submit a proposal if, or when, an AAMAC solicitation is released.

Instructions:

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 (Q&A) 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:
    • Number of DoD or other federal agency-sponsored ATOs
    • ISO/IEC 20000 certification
    • Peak number of FTE employees
    • Average retention rate
    • Number of SCI-eligible FTE employees
    • Number of OCONUS FTE positions filled
  • The following criteria were added:
    • Number of Small Business Innovation Research (SBIR)/Small Business Technology Transfer (STTR) Phase III 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 Offeror’s 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:
    • Attachment 8 Self-Scoring Matrix is now Attachment 5
    • Attachment 9 Cross-Reference Matrix is now Attachment 6
    • Attachment 10 Work Sample Cover Sheet is now Attachment 7
    • Attachment 5 Offeror Company Information is now Attachment 8
  • The following attachments were deleted:
    • Intent to Compete
    • Offeror Team Organization
    • 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:
    • AAMAC Kickoff Meeting Statement of Work (SOW)
    • AAMAC Kickoff Meeting Contract Data Requirements List (CDRL)

Disclaimers:

  • The documents attached to the 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 the draft RFP.
  • The 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 the draft RFP and is not obligated by the information received.

INCUMBENT CONTRACT

Booz Allen Hamilton, 47QTCK18D0004 47QFCA21F0018, 03/09/2021 – 03/08/2026

PROCUREMENT STRATEGY

  • Target Range of Initial Awards: 50 – 70 IDIQ awards
  • Scope: 29 Focus Areas covering a wide range of data, analytics, AI, & platform services
  • Who Can Use: Any DoD organization
  • Est. Ordering Periods:
    • Basic: 1 August 2025 – 31 July 2030
    • Option: 1 August 2030 – 31 July 2035
  • Competition Type
    • IDIQ awards will be competed using Full and Open competition
    • Future orders will be competed via one unrestricted pool and one or more small business pools