Resilient Analytic Platforms for Intelligence Delivery (RAPID)
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NY. Industry: NAICS 541715 • PSC AC12.
Market snapshot
Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541715
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
ARA ANNOUNCEMENT TYPE: Initial announcement
ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE: Resilient Analytic Platforms for Intelligence Delivery (RAPID)
ARA NUMBER: FA8750-26-S-7001
PART I – OVERVIEW INFORMATION
This announcement is for an Open, 2 Step ARA which is open and effective until 6 FEB 2031. 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 3PM Eastern Standard Time (EST) on 6 FEB 2031, the following submission dates are suggested to best align with projected funding:
FY26 by 25 FEB 2026
FY27 by 30 SEP 2026
FY28 by 30 SEP 2027
FY29 by 30 SEP2028
FY30 by 30 SEP 2029
Offerors should monitor the Contract Opportunities on the SAM website at https://SAM.gov in the event this announcement is amended.
CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT: Seeking innovative white papers for the research, development, integration, test and evaluation of advanced technologies and techniques.
This effort will focus on novel cloud-based tools, automating processing workflows, standards development and enterprise integration of existing intelligence capabilities into consolidated, cyber- resilient dashboards and analysis platforms. The goal is to establish a robust foundation for planning, decision-making, and action by delivering tailored, customer-specific intelligence, analytic capabilities, and solutions. These capabilities and solutions need to be designed with cybersecurity integrated upfront and maintained throughout their lifecycle. This ARA builds upon the foundation laid by previous AFRL BAAs FA8750-21-S-7006 Geospatial Intelligence Processing and Exploitation (GeoPEX), FA8750-17-S-7004 Knowledge Aided Geospatial-Intelligence (GEOINT) Latency reduction (KAGLAR) and BAA- RIK-14-03 Assured Cyber Architectures (ACA), extending the scope to a broader range of intelligence disciplines and a more comprehensive cyber defense posture.
ARA ESTIMATED FUNDING: Total funding for this ARA is approximately $237M. Individual awards will not normally exceed thirty-six (36) months with dollar amounts normally ranging from $10M to $50M. There is also the potential to make awards up to $99M.
ANTICIPATED INDIVIDUAL AWARDS: Multiple Awards are anticipated. However, the Air Force reserves the right to award zero, one, or more Procurement Contracts or Other, for all, some, or none of the solicited effort based on the offeror’s ability to perform desired work and funding fluctuations. There is no limit on the number of OTs that may be awarded to an individual offeror.
TYPE OF INSTRUMENTS THAT MAY BE AWARDED: FAR based procurement contracts or other transactions (OT) under 10 USC 4021, 10 USC 4022 and 10 USC 4023 (previously 10
USC 4002, 2371, 10 USC 4003, 2371b and 4004, 2373)
In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive ARA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement.
AGENCY CONTACT INFORMATION: All white paper submissions and any questions of a technical nature shall be directed to the cognizant Technical Point of Contact (TPOC) as specified below (unless otherwise specified in the technical area):
ARA PROGRAM MANAGER:
Frank Gambino
AFRL/RIGC
525 Brooks Rd
Rome, NY 13441-4505
Telephone: (315)330-2139 Email:AFRL.RIG.RAPID@us.af.mil
Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred):
Amber Buckley
Email: Amber.Buckley@us.af.mil
Emails must reference the solicitation ARA number and title of the acquisition.
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 in writing or through open discussions. 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.
Offerors are cautioned that evaluation ratings may be lowered and/or proposal rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed.
SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.