Call 01 - Joint All Domain Persistent Adaptive Collaborative Technologies II (JADPACT II)

SOL #: FA238426SB005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8650 USAF AFMC AFRL PZL AFRL/PZL
WRIGHT PATTERSON AFB, OH, 45433-7541, United States

Place of Performance

Place of performance not available

NAICS

Research and Development in the Physical (541715)

PSC

National Defense R&D Services; Department Of Defense Military; Basic Research (AC11)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 14, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, AFRL/PZL, has issued Call 01 - Joint All Domain Persistent Adaptive Collaborative Technologies II (JADPACT II), a solicitation (FA2384-26-S-B005) seeking innovative solutions for Human-Machine Teaming (HMT) concepts. This effort aims to leverage AI/Automation capabilities to support Battle Managers and enhance Command and Control (C2) Decision Advantage, aligning with the Combined Joint All-Domain Command and Control (CJADC2) Campaign Plan 2030. Proposals are due March 14, 2026.

Scope of Work

This opportunity focuses on developing and adapting cutting-edge AI/automation approaches for Battle Management. The work involves understanding and aligning with the Transformational Model (TM) for Decision Advantage, which decomposes C2 decisions into 13 subfunctions within an HMT framework. Offerors will develop emerging C2 solutions that support decision-making in complex, high-volume battle management scenarios. Key performance includes successful live integration with the Government Digital Assist Orchestrator during MASH (Multi-Decision Advantage Sprint for Human-Machine Teaming) events, demonstrating functional relevance of AI tools, and contributing to human-machine team performance by enabling faster and better decisions.

Contract Details

  • Type: Anticipated Firm Fixed Price, with the Air Force reserving the right to award other instruments (e.g., FAR/OT for Prototype, grant, cooperative agreement, OT for Research, or C type contract).
  • Estimated Program Cost: $600,000.
  • Maximum per Offeror: $100,000.
  • Period of Performance: Two weeks.
  • Set-Aside: This is an unrestricted solicitation; however, small businesses are encouraged to propose.
  • Deliverables: Primary deliverables are data items, specifically "Scientific and Technical Reports Summary" (DI-MISC-80048), as detailed in Attachment #2 (CDRL).

Submission & Evaluation

  • Proposal Due: March 14, 2026, by 5:00 PM Wright-Patterson AFB, OH local time.
  • Submission Method: Electronically via E-mail to the Contracting Officer and Contract Specialist (michelle.goss.1@us.af.mil, miranda.fryman@us.af.mil).
  • Evaluation: Proposals will be reviewed without negotiation/discussion, though the government reserves the right to negotiate with selected offerors. Award recommendation notification is expected on or about March 24, 2026.
  • Required Submissions: Offerors must complete and submit "Representations, Certifications and Other Statements of Offerors" (Atch 4), a "Research and Related Senior and Key Person Profile Worksheet" (Appendix 3), a "Security Program Questionnaire" (Appendix 2), and a "Privacy Act Statement" (Appendix 4) for each Covered Individual.
  • Security Risk Review: Proposals are subject to a Security Risk Review (AFRLI 61-113) to protect DAF S&T from undue foreign influence. Offerors must establish internal processes for foreign talent programs, conflicts of interest, and research integrity.

Special Requirements

Offerors must describe the current maturity level of their proposed tool (conceptual, lab prototype, or market-ready product) and detail how it will function as a containerized service, integrate via a well-defined API, and process dynamic data. Adherence to the government-owned messaging standard and API is mandatory. Security requirements include General Operations Security (OPSEC), a Tier 1 background check for personnel, and Air Force clearance for all public release documents. Non-U.S. citizen contractors require specific approvals for access to USAF bases and networks.

People

Points of Contact

Michelle GossPRIMARY
Miranda FrymanSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 8
Solicitation
Posted: Mar 10, 2026
View
Version 7
Solicitation
Posted: Mar 4, 2026
View
Version 6
Solicitation
Posted: Feb 26, 2026
View
Version 5
Solicitation
Posted: Feb 24, 2026
View
Version 4
Solicitation
Posted: Feb 23, 2026
View
Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2
Solicitation
Posted: Feb 13, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 12, 2026