Call 01 - Joint All Domain Persistent Adaptive Collaborative Technologies II (JADPACT II)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 (USAF AFMC AFRL PZL) is soliciting proposals for Call 01 - Joint All Domain Persistent Adaptive Collaborative Technologies II (JADPACT II). This effort focuses on Human-Machine Teaming (HMT) concepts leveraging AI/Automation capabilities to support Battle Managers and enhance Command and Control (C2) decision advantage. The goal is to integrate industry solutions for the Multi Decision Advantage Sprint for Human-machine teaming (MASH) event. Proposals are due March 14, 2026.
Scope of Work
The project aims to develop and adapt cutting-edge AI/automation approaches for Battle Management, aligning with the Transformational Model (TM) for Decision Advantage. This involves understanding and improving C2 decision domains, particularly in complex, high-volume battle management scenarios. The MASH events will assess the maturity of software services that complete specific decision functions (PAE, MEF, GBC). Key outcomes include successful live integration with the Government Digital Assist Orchestrator, demonstrated functional relevance of the AI tool, and contribution to human-machine team performance by enabling faster and better decisions.
Contract & Timeline
- Contract Type: Anticipated Firm Fixed Price, but the Air Force reserves the right to award the instrument best suited to the research (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
- Submission Due: March 14, 2026, 5:00 PM Wright-Patterson AFB, OH local time.
- Published Date: February 19, 2026
- Award Notification: On or about March 24, 2026
- MASH Event Dates: Tentatively May 4–15, 2026, at the Howard Hughes Operations (H2O) Center in Las Vegas, NV.
Key Requirements/Deliverables
- Deliverables: Primary deliverable is data items, as detailed in Attachment #2, Contract Data Requirements List (CDRL DI-MISC-80048) for Scientific and Technical Reports Summary.
- Proposal Submissions: Must include completed "Representations, Certifications and Other Statements of Offerors" (Attachment #4), addressing various FAR/DFARS provisions.
- Security Requirements: Adherence to AFRLI 61-113, requiring submission of a Security Program Questionnaire, Research and Related Senior and Key Person Profile Worksheet, and a "Privacy Act Statement" consent form for each Covered Individual.
- Technical Requirements: Offerors must describe the current maturity level of their proposed tool, how it functions as a containerized service, integrates via a well-defined API, and processes dynamic data, adhering to government messaging standards.
Evaluation/Eligibility
- Set-Aside: Unrestricted; small businesses are encouraged to propose. Foreign-owned firms must notify the Contracting Officer of their intent to respond.
- Proposals will be reviewed without negotiation/discussion, though the government reserves the right to negotiate.
- Security risk reviews will be conducted, and awards may be declined if identified risks exceed acceptable thresholds.
Additional Notes
An "Ask Me Anything" (AMA) session is planned prior to the MASH event. The Q&A document clarifies that success for event demonstrations will be defined by a working Minimum Viable Product (MVP) and associated lessons learned. Future calls may vary in scope and may include AMAs to address specific technical questions regarding government-provided artifacts or integration environments.