Maryland Bids > Bid Detail

Data and Artificial Intelligence (AI) Subject Matter Experts (SME) Support Services

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
  • U - Education and Training Services
Opps ID: NBD00159920624164094
Posted Date: Mar 11, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/f7bd102f86...
Follow
Data and Artificial Intelligence (AI) Subject Matter Experts (SME) Support Services
Active
Contract Opportunity
Notice ID
FA701424SAFCNDAI
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE DISTRICT OF WASHINGTON
Office
FA7014 AIR FORCE DISTRICT OF WASHINGTON PK
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 11, 2024 10:27 am EDT
  • Original Published Date: Feb 21, 2024 03:46 pm EST
  • Updated Response Date: Mar 18, 2024 05:00 pm EDT
  • Original Response Date: Mar 11, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 02, 2024
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Andrews AFB , MD
    USA
Description

Requirement Description:



The Department of the Air Force (DAF) Chief Data and Artificial Intelligence Office (DAF CDAO), is conducting market intelligence to identify sources for a potential requirement for Data and Artificial Intelligence (AI) Subject Matter Experts (SME) Support services in accordance with the attached Performance Work Statement. The Government is still in the early acquisition planning stage and all activities at this time are considered market intelligence. This is a Request for Information (RFI) and is NOT a request for proposals and the information received will be utilized for acquisition planning purposes. Responders are advised that the Government will not pay for any information or administrative cost incurred with response to this announcement and information submitted in response to this RFI will not be returned.



1.0 REQUESTED INFORMATION



1.1 Capability Statement: Request you submit a capability statement that presents your technical capability for completing the attached Performance Work Statement. The capability statement shall at a minimum address the specific items below.



1.1.1 Approach: Describe your approach for accomplishing the Performance Work Statement.



1.1.2 Past Performance: Identify previous contracts which are relevant to the scope of the Performance Work Statement. Include contract number, period of performance, whether performance was completed as a prime or subcontract, and a summary of services provided.



1.1.3 Timeline: Attached your timeline in obtaining the required skill set for contract award. This timeline should include time for any applicable transition period, clearances (if required), and any other information that would be crucial to successfully transition to contract award.



1.1.4 Page Limit: Capability Statements are limited to 15 pages in total length, single spaced, and 12-point font and accessible by either Microsoft Word or Adobe Acrobat.



1.2 Rough Order of Magnitude: Please provide a Rough Order of Magnitude (ROM) for service for this type of work and any "Other Direct Costs" that would be incurred e.g. travel, per diem, license costs. Please be specific in the Labor Category with the skill sets for a Firm Fixed Price structure. There is no page limit for the ROM.



1.3 Strategic Vehicles: Please provide a list of any contractual vehicles that may be utilized to fulfill this requirement including but not limited to GSA Federal Supply Schedule Contracts, Decentralized Ordering Contracts, or any other strategic contractual vehicle that your company is a part of. There is no page limit for this submission.



1.4 Submission Instructions: Please provide your responses to this RFI to the primary POC listed in this announcement by the timeframe listed in this announcement. Additionally, please include your company's CAGE, Unique Entity ID, and Size Standard as part of your submission. Please note: Large submissions may be required to be sent via multiple e-mails. The Government recommends contacting the primary POC in this announcement to verify receipt.



1.5 Industry Discussions: The Government may choose to meet with companies who responded to this RFI to hold one-on-one discussions. Discussions would only be held to obtain further clarification of potential capability to meet the requirement.



1.6 Proposed Acquisition Strategy: The Government is contemplating a full trade off (both technical and past performance) for this acquisition. This allows the Government to trade off price for a better technical and or past performance solution in the Government's best interest. The Government would like to solicit industry feedback for this acquisition approach regarding the pros/cons that industry perceives with the acquisition approach.



1.7 Industry Feedback Regarding Requirement: While the Government is the final decision regarding the requirement, we would like to solicit industry feedback regarding the attached requirements documentation and where industry thinks that we could improve the overall quality of the product/service received by updating/clarifying our requirement.



Incumbent Contractor: Strategi Consulting, LLC



Incumbent Order: FA701422F0394





8 Mar 2024



PWS Updated with administrative changes.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 240 612 2997 1500 W PERIMETER RD STE 5750
  • ANDREWS AFB , MD 20762-6604
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >