Closed Solicitation · DEPT OF DEFENSE

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

    Sol. FA875020S7018PresolicitationROME, NY
    Closed
    STATUS
    Closed
    POSTED
    Jul 16, 2024
    Publication date
    NAICS CODE
    541715
    Primary industry classification
    PSC CODE
    AC12
    Product & service classification

    AI Summary

    The Department of the Air Force, through the Air Force Materiel Command, AFRL - Rome Research Site, is seeking proposals for the Advanced Tracking Architectures using Artificial Intelligence (AI) (ATA-AI) project. The project falls under NAICS code 541715 and is located at 26 Electronic Parkway, Rome, NY. This opportunity is an Initial Announcement under a Broad Agency Announcement (BAA). Interested parties should focus on developing advanced tracking architectures utilizing artificial intelligence technology for potential contract award.

    Contract details

    Solicitation No.
    FA875020S7018
    Notice Type
    Presolicitation
    Posted Date
    July 16, 2024
    Response Deadline
    NAICS Code
    541715AI guide
    PSC / Class Code
    AC12
    Contract Code
    5700
    Issuing Office
    FA8750 AFRL RIK
    Primary Contact
    CAROLYN SHEAFF
    City
    ROME
    State
    NY
    ZIP Code
    13441-4514
    AI Product/Service
    service

    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.

                                         AMENDMENT 5 to BAA FA8750-20-S-7018

    The purpose of this modification is to update the Pre-Proposal Communication

    language as shown below:

    1.            Part I Overview Information, is changed as shown below:

    Pre-Proposal Communication between Prospective Offerors and Government

    Representatives:  Dialogue between prospective offerors and Government

    representatives is encouraged.  Technical and contracting questions can be

    resolved via email submission (see Section VII). Discussions with any of the

    points of contact shall not constitute a commitment by the Government to

    subsequently fund or award any proposed effort. Only Contracting Officers

    are legally authorized to commit the Government.

    NO OTHER CHANGES ARE MADE.

    SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS.

                                                  AMENDMENT 6 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:

    a.            Updated references of BetaSAM to SAM throughout;

    2.            Part II, Full Text Announcement:

    a.            Section IV.4.f; removed the last sentence regarding options;

    b.            Section V.3, Updates FAPIIS to Responsibility/Qualification;

    c.             Section V.4, adds language regarding adequate price competition;

    d.            Section VI.1; updates the proposal formatting language;

    e.            Section VII, updates the provisions;

    No other changes are made.

    SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                          Amendment No. 7 to BAA FA8750-20-S-7018

    The purpose of this amendment is to:

    1. In Section VI.7, NOTICE, update the provisions as follows:

    NOTICE:  The following provisions* apply:

    1. FAR 52.204-7, System for Award Management
    2. FAR 52.204-16, Commercial and Government Entity Code Reporting
    3. FAR 52.204-22, Alternative Line Item Proposal
    4. FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures
    5. FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
    6. FAR 52.232-2, Service of Protest
    7. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
    8. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
    9. DFARS 252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements
    10. DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System
    11. DFARS 252.215-7009, Proposal Adequacy Checklist
    12. DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
    13. DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime
    14. DFARS 252.225-7057, Preaward Disclosure of Employment of Individuals Who Work in the People’s Republic of China
    15. DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation
    16. DFARS 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015) (MAY 2020)
    17. DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government
    18. DFARS 252.239-7017, Notice of Supply Chain Risk
    19. DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (Deviation 2021-O0003) (APR 2021)

    * Please note that the current versions or deviations of the related clauses will be included in any resulting contract. Additional provisions may be included in any resultant contract, dependent upon each individual effort.

    No other changes are made.

                                                  AMENDMENT 8 to BAA FA8750-20-S-7018:

    The purpose of this Amendment is to cancel BAA FA8750-20-S-7018. 

    This BAA is now closed and no further white papers will be accepted.

    Key dates

    1. July 16, 2024Posted Date

    AI search tags

    Frequently asked questions

    ADVANCED TRACKING ARCHITECTURES USING ARTIFICIAL INTELLIGENCE (AI) (ATA-AI) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.