Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2025 SAM #8609
SOURCES SOUGHT

D -- AFLCMC/HNI Artificial Intelligence (AI) Capabilities

Notice Date
6/20/2025 8:14:38 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FA8726 AFLCMC HNK C3IN HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
RFI_AI
 
Response Due
6/30/2025 12:00:00 PM
 
Archive Date
07/15/2025
 
Point of Contact
Mackenzi Soul, Erin VanCise
 
E-Mail Address
Mackenzi.soul@us.af.mil, erin.vancise@us.af.mil
(Mackenzi.soul@us.af.mil, erin.vancise@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
20 Jun 2025 Update: Initial set of Q&A have been posted. Remaining will be posted in coming days. REQUEST FOR INFORMATION (RFI) Air Force Life Cycle Management Center/Enterprise IT and Cyber Infrastructure Division (AFLCMC/HNI), Artificial Intelligence (AI) Program Management Office (PMO) 1. Background: The Department of the Air Force (DAF), Air Force Cycle Management Center (AFLCMC), Cyber and Networks Directorate (HN), Enterprise Information Technology and Cyber Infrastructure Division (HNI), AI PMO is seeking information from qualified vendors regarding an Artificial Intelligence (AI) solution that can integrate with existing DAF Microsoft Office productivity software to provide generative AI capabilities, deliver automated data analysis, and facilitate collaboration. The objective of this RFI is to gather information from industry experts on AI solutions that enhance workplace efficiency across the DAF. Industry feedback will help inform the development of a future Performance Work Statement (PWS) for a potential contract opportunity. 2. Scope: This solution should include the ability to perform the following requirements: � Integration of AI with current versions of Microsoft productivity software and e-mail clients deployed in the DAF such as Microsoft Office 365, Outlook, Teams, SharePoint � AI assistance to review emails and messages to provide summaries and generate drafts based on previous context and optional user-provided inputs � Creation of draft documentation by referencing existing structured and unstructured data stored on local and cloud storage solutions � Extraction of key insights, trends and analysis from spreadsheets � Automated summarization of meeting transcripts and chat conversations and the ability to export via productivity software or email � API Expandability with third-party integrations and rigorous screening process, API types, relevant SDKs, authentication, rate limits and throttling � Monitor user prompts with the ability to export alerts to existing SIEM / SOAR solutions, please list alert types possible and customization options for alerts (suspicious prompt patterns, data exfiltration attempts, policy violations, authentication failures) � Current or demonstrated potential capability to obtain and maintain Authority to Operate (ATO) and host in IL4/IL5 environment to include current ATO status, security certifications, any relevant third-party audit reports (SOC 2, FedRamp assessments) � Comprehensive pricing structure and long-term model for enterprise level AI solution (fixed vs variable costs, license vs token usage pricing, support and training) � Ability to maintain control of user data such as prompts, files, and outputs and prevent transmission of data to external systems or use in LLM training � Continuous improvement of software as needs, requirements, and regulations change � Integration with individual and role-based access controls such as Microsoft Purview 3. Response Format: The Government requests written responses to this RFI in a Microsoft Word document not to exceed (NTE) 10 pages in length (Cover Page, Table of Contents, and Acronym list not included). Page size is to be 8.5� x 11.0� with 1� margins. Text should be Times New Roman, no smaller than 12-point font. Respondents should identify the following information on the cover page of its submission: � Company Name, Address, and Point of Contact � CAGE Code � NAICS Code, size of pursuant business � Large Business or Small Business designation � Company Ownership: Domestic or Foreign (indicate country of ownership) � GSA Schedule(s)/GWAC(s)/Other Ordering Vehicles held that could be applicable to this requirement The company name should appear clearly on every page of the submittal and proprietary information must be clearly marked. To the maximum extent possible, please provide non-proprietary information. Please identify any information that might be identified as Controlled Unclassified Information (CUI) or proprietary and ensure it is transferred through an appropriate medium. No classified information shall be submitted. 4. Questions and Submission information: Any questions regarding this RFI must be submitted via email on the Q&A Template within 5 business days of this posting to the Contracting Officer at erin.vancise@us.af.mil and the Contracts Specialist at mackenzi.soul@us.af.mil. All questions and their answers will be posted with this RFI for all interested parties to access. The Government requests submission of RFI responses no later than 1500 Eastern Time on 30 June 2025. 5. Disclaimer: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, as defined in Federal Acquisition Regulation (FAR) 15.201(e). Any information submitted by respondents to this request is strictly voluntary. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB); nor does its issuance obligate or restrict the U.S. Government to issue an RFP, RFQ, or IFB in the future. The U.S. Government does not intend to award a contract or order based on responses from this RFI. Not responding to this RFI does not preclude participation in any future RFP, RFQ, or IFB, if any are issued. Respondents are advised the U.S. Government shall not pay for any information provided, the use of such information, the preparation of such information, travel expenses, nor any administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested parties� expense. Information received from this RFI will be used for acquisition planning and market research purposes; an acquisition strategy has not yet been developed or approved for this capability. As such, any response submitted to this RFI constitutes consent for that submission to be reviewed by military personnel, Government civilians, and Government support contractors, such as Astrion, Isobar Public Sector, Oasis Systems, Applied Research Solutions (ARS), Insight Global, Aegis, Abacus Technology Corporation, Insight Public Sector, and QuanTech Services. The responses may be forwarded to other Government entities in consideration for applicability to other programs. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. All DoD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. The U.S. Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable U.S. Government regulations. Respondents are advised that the Government is under no obligation to provide feedback with respect to any information submitted. Issuance of this RFI does not obligate or restrict the U.S. Government to an eventual acquisition approach.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f1f0c83d9e749b7923b0efeb4714196/view)
 
Place of Performance
Address: Hanscom AFB, MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN07484331-F 20250622/250620230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.