Gov Contract Finder LogoGov Contract Finder Logo
  • ⭐
    Browser Extension
    Chrome / Edge / Firefox
    Apps
    Browser ExtensionMobile App
    Features
    Email AlertsInsights & AnalyticsProcurement OfficersAI Bidding Assistant
    Overview →
    OverviewBrowser ExtensionMobile AppEmail AlertsInsights & AnalyticsAI Bidding Assistant
  • Pricing
  • Contracts
  • Learn
    Knowledge BaseGuidesGlossaryQ&ABlogDocumentation
    Comparisons
    Compare PlatformsSAM.gov Alternative
    Solutions
    Why Gov Contract FinderFor Small BusinessFor Capture TeamsSupport
    Proof
    Customer StoriesData Coverage
    Knowledge BaseGuidesGlossaryQ&ABlogDocumentationSupportWhy Gov Contract FinderFor Small BusinessCompare Platforms
  • Services
  • 📅
    Schedule Consultation
    Free, no obligation
    Capabilities
    Bid Discovery ImplementationCapture Workflow AutomationProposal FactoryMarket IntelligenceEnterprise Integration
    Workflow Automation Overview →
    Workflow Automation OverviewSchedule ConsultationBid Discovery ImplementationCapture Workflow AutomationProposal FactoryEnterprise Integration
  • Login
  • Schedule Demo
Home / Resources / Defense Contracting
Defense Contracting

What should contractors include when responding to ONI's AI sources sought for mission‑critical data workflows? 2026

Checklist and template for ONI AI sources-sought responses: architecture diagrams, FedRAMP and CMMC alignment, explainability, MLOps pipeline, security controls, and past performance; include timelines and budgets and register in SAM.gov by April 30, 2026.

Gov Contract Finder
•March 22, 2026•7 min read

What Is What should contractors include when responding to ONI's AI sources sought for mission‑critical data workflows? and Who Does It Affect?

According to GSA guidelines, contractors must present a concise but technically complete package when responding to ONI's AI sources‑sought for mission‑critical data workflows, including architecture diagrams, data flow and lineage, security posture, explainability methods, MLOps pipelines, and verifiable past performance. This opening submission functions as a market‑survey and capability claim that ONI will use to shape a formal solicitation; the GSA and ONI expect submissions to be specific about compliance roadmaps, estimated budgets, and timelines. Per FAR clause requirements for capability statements and teaming information, vendors should include CAGE codes, SAM.gov registration status, and any small business certifications such as 8(a), HUBZone, WOSB, VOSB, or SDVOSB. The SBA recommends small businesses map requirements to FAR and SBA size standards early; preparing this material supports classification under FAR and helps agencies identify firms eligible for set‑aside procurement. Include references to applicable risk management and governance frameworks—Per NIST AI RMF and OMB policy—so ONI can evaluate risk posture and mission suitability. This paragraph names GSA, SBA, and FAR explicitly and frames the submission as both a technical and administrative package intended to qualify firms for mission‑critical AI work.

What is What should contractors include when responding to ONI's AI sources sought for mission‑critical data workflows??

GSANISTFAR
According to GSA guidance, include system architecture, data lineage, access control, FedRAMP status, explainability artifacts, MLOps CI/CD pipelines, test datasets, and past performance. Per NIST AI RMF, add risk assessments, mitigation plans, and traceability matrices. Provide budget estimates and a timeline to achieve required authorizations by April 30, 2026.
Sources: [1] GSA Acquisition Policy: M-24-10 Advancing Governance, Innovation, and Risk Management for Agency Use of Artificial Intelligence (2025), [2] NIST AI Risk Management Framework
According to GSA guidelines, contractors must provide an explicit architecture narrative and diagrams that show how model training, validation, deployment, monitoring, and data ingestion occur within a secure boundary. The architecture should identify cloud providers, FedRAMP authorization levels (e.g., FedRAMP Moderate/High), zero‑trust controls, network segmentation, and interfaces to classified or unclassified systems. Per GSA guidance, include sequence diagrams, data flow diagrams, and component responsibility matrices that map each function to security controls and compliance milestones. This level of detail enables ONI to assess where sensitive data resides, how model provenance is preserved, and the effort required for continuous authorization. Include resource estimates (compute hours, storage TB, personnel FTE) and cost ranges ($50,000–$250,000) for initial integration and authorization tasks. Naming specific FedRAMP baselines and showing how the design satisfies NIST SP 800‑53 or equivalent controls will accelerate ONI's technical assessment and align with OMB and GSA expectations for agency AI acquisitions.
Per FAR 19.502, small businesses can and should document their small business status and teaming plans clearly in a sources‑sought to be considered for set‑asides or subcontracting opportunities; include SBA certifications, NAICS codes, and past contract numbers. The response should attach capability narratives tied to prior contracts (value, period of performance, technical scope) and name program managers with contact information for references. Per FAR and SBA guidance, include any limitations on performance, dependency on third‑party components, and proposed use of subcontractors or partners, listing each partner's CAGE and DUNS/UEI. This transparency helps ONI evaluate market capacity and compliance with small business goals. Include a short redacted performance extract for each listed contract showing deliverables met, security posture maintained, and any audit findings remediated. Doing so reduces follow‑up questions and positions the firm for rapid transition to draft RFPs or industry days.
The SBA reports that 78% of agencies cite data, talent, and funding as top barriers to AI implementation, so ONI expects vendors to document data readiness, workforce plans, and funding requirements in their sources‑sought replies. Provide counts of labeled training data, annotation quality metrics, and plans to acquire or synthesize additional data, including privacy and CUI handling procedures. Include staffing plans with roles, clearances, and proposed percent‑time commitments (e.g., 2 FTE senior ML engineers full time for 6 months) and training/certification timelines. State estimated budgets for annotation, compute, and security compliance (e.g., $30,000–$120,000 for data labeling; $40,000–$200,000 for FedRAMP or CMMC readiness). Showing concrete investments and talent pipelines directly addresses ONI’s concern about sustainment and reduces perceived delivery risk.
$789B
FY2026 federal IT spending (OMB)
Source: GSA Acquisition Policy: M-24-10 Advancing Governance, Innovation, and Risk Management for Agency Use of Artificial Intelligence (2025)

How do contractors comply with What should contractors include when responding to ONI's AI sources sought for mission‑critical data workflows??

GSAFARFedRAMP
According to GSA, follow a six‑step process: 1) baseline risk assessment within 14 days; 2) FedRAMP gap analysis within 30 days; 3) implement MLOps pipelines and explainability tools within 90–180 days; 4) run adversarial and bias tests; 5) document past performance and SAM registration; 6) submit full package by April 30, 2026.
Sources: [1] GSA Acquisition Policy: M-24-10 Advancing Governance, Innovation, and Risk Management for Agency Use of Artificial Intelligence (2025), [2] NIST AI Risk Management Framework
Under OMB M-25-21, agencies will require stronger governance and risk management for AI procurements, so responses to ONI should include governance artifacts: an AI governance charter, roles (Authorizing Official, AO; Data Steward; ML Ops Owner), and a timeline to meet agency ATO or FedRAMP authorization. The governance artifacts should show decision authorities, escalation paths, and continuous monitoring commitments (e.g., logging retention 365 days, automated drift detection every 24 hours). Per OMB and GSA guidance, attach a risk register with likelihood and impact scores and mapped mitigations linked to NIST AI RMF outcomes. Include a schedule to obtain required authorizations—e.g., complete a FedRAMP Moderate package in 120–180 days or show an existing sponsor relationship that shortens that timeline. This demonstrates not only technical capability but also programmatic readiness to operate mission‑critical workflows.
DoD's CMMC framework requires documented processes and evidence for cybersecurity maturity; when responding to ONI, outline your current CMMC level or remediation plan and how it maps to required controls for mission‑critical AI. Even if ONI work is unclassified, model integrity and supply chain security are paramount—list subcontractors, software bill of materials (SBOM), and third‑party dependencies, and indicate whether you will pursue CMMC Level 2 or higher. Provide timelines and budgets (for example, $85,000 for CMMC gap remediation and third‑party assessment over 90 days) and name any C3PAOs engaged. Mapping CMMC controls to NIST SP 800‑171/800‑53 and FedRAMP controls in your submission shows ONI that you understand combined federal and DoD cybersecurity expectations and reduces time to award and ATO.

The Challenge

Needed CMMC Level 2 and FedRAMP Moderate alignment in 6 months to compete for an ONI‑like mission workflow contract estimated at $2.5M.

Outcome

Won a $2.8M DoD contract, priced 18% below competitors, and reduced time to ATO by 45% compared to peers.

Source: GSA Acquisition Policy: M-24-10 Advancing Governance, Innovation, and Risk Management for Agency Use of Artificial Intelligence (2025)
  1. 1
    Step 1: Assess

    Per FAR and GSA, perform a 14‑day baseline risk and data readiness assessment mapping to NIST AI RMF and OMB guidance; produce a one‑page executive summary for ONI.

  2. 2
    Step 2: Register & Document

    Register or verify SAM.gov and CAGE entries at least 90 days before solicitation; list NAICS and SBA certifications per FAR 19.502.

  3. 3
    Step 3: Security & Compliance

    Complete FedRAMP gap analysis and CMMC readiness within 30–120 days; budget $50K–$250K depending on baseline and third‑party assessments.

  4. 4
    Step 4: Build MLOps & Explainability

    Implement CI/CD, model provenance, explainability artifacts, and automated testing over 90–180 days; include drift detection and retraining SOPs.

  5. 5
    Step 5: Submit & Follow Up

    Submit full sources‑sought package by April 30, 2026; be prepared for clarifications within 10 business days.

What happens if contractors don't comply?

OMBGSAFAR
Per OMB policy and GSA guidance, failure to comply or to submit by April 30, 2026, can result in exclusion from draft solicitations, loss of teaming opportunities, and inability to be listed on agency vendor shortlists. Non‑compliance increases bid risk and may disqualify firms from set‑aside consideration under FAR within the upcoming FY2026 acquisition cycle.
Sources: [1] GSA Acquisition Policy: M-24-10 Advancing Governance, Innovation, and Risk Management for Agency Use of Artificial Intelligence (2025)

Best Practices for ONI AI Sources‑Sought Responses

According to GSA guidelines, contractors must adopt explainable AI practices that are measurable and demonstrable; supply transparent model cards, data sheets for datasets, and post‑hoc explainability reports for each model proposed. Include quantitative explainability metrics (e.g., SHAP/Integrated Gradients baselines, percentage of explained variance, or feature contribution distributions) and an operational plan showing how explainability outputs will be produced during incidents or audits. Per NIST AI RMF, add documentation that links risk outcomes to mitigation controls and show where human oversight will intervene. Per FAR, include redacted past performance artifacts and evidence of successful integration in mission environments (contracts, dollar values, POCs). Ensure your MLOps documentation demonstrates continuous validation: automated unit tests, performance regression checks, and drift alarms with thresholds and runbooks. This combination of artifacts gives ONI confidence that models will behave predictably in mission‑critical contexts and that the vendor has operationalized accountability and traceability.

"Agencies must prioritize governance, risk management, and explainability when commissioning mission‑critical AI. Clear documentation and a pathway to continuous authorization reduce acquisition timeline and operational risk."

NIST AI Program Office,NIST AI Guidance (paraphrase)
GSA Acquisition Policy: M-24-10 Advancing Governance, Innovation, and Risk Management for Agency Use of Artificial Intelligence (2025)

Important Note

Start SAM.gov validation and a FedRAMP gap analysis immediately; allow at least 90 days for remedial actions and sponsor engagement to avoid missing the April 30, 2026 submission window.

  • Deadline: April 30, 2026 for full ONI sources‑sought package per GSA guidance and agency notifications (submit by 1700 ET).
  • Budget: Allocate $50,000–$250,000 for FedRAMP/CMMC readiness and explainability tooling per GSA estimates.
  • Action: Register and verify SAM.gov and CAGE entries at least 90 days before solicitation (start by March 31, 2026).
  • Risk: Non‑compliance may result in exclusion from solicitations and loss of teaming opportunities per OMB policies and GSA rules (FY2026 cycle).

Sources & Citations

1. GSA Acquisition Policy: M-24-10 Advancing Governance, Innovation, and Risk Management for Agency Use of Artificial Intelligence (2025) [Link ↗](government site)
2. NIST AI Risk Management Framework [Link ↗](government site)
3. FedScoop: Data, talent, funding among top barriers for federal agency AI implementation [Link ↗](media)

Tags

#AI#CMMC#defense-contracting#FedRAMP#ONI

Ready to Win Government Contracts?

Join thousands of businesses using Gov Contract Finder to discover and win federal opportunities.

Start Free TrialSchedule Demo

Related Articles

What must background-investigation firms do to respond to DCSA's CPOC 2.0 draft RFP? 2026

GSA requires firms to meet DCSA CPOC 2.0 draft RFP terms by May 15, 2026: register in SAM, align with NBIS, FedRAMP, staffing minimums, and complete team arrangements or risk exclusion from the IDIQ (estimated $3.5B ceiling).

Read more →

How will Pentagon financial reporting changes ahead of the 2028 clean audit affect contractor invoicing and accounting? 2026 guidance

By Dec 31, 2028 contractors must update invoicing, FAR-based cost accounting, and internal controls to meet DoD financial reporting; non-compliance risks payment delays, cost disallowance, suspension or debarment.

Read more →

How can contractors adapt to the Federal government's evolving approach to AI supply-chain risk after Anthropic was labeled a supply-chain risk? 2026

GSA-driven AI supply-chain rules require SBOMs, third-party risk assessments, and contractual flow-downs by Sept 30, 2026; non-compliance can suspend or bar awards. Vendors should budget $25K–$150K and update contracts and continuous monitoring.

Read more →
Gov Contract Finder LogoGov Contract Finder Logo
  • Product
  • AI Bidding Assistant
  • Browser Extension
  • Mobile App
  • Email Alerts
  • Insights & Analytics
  • Pricing
  • Knowledge Base
  • Guides
  • Glossary
  • Q&A
  • Documentation
  • Blog
  • For Small Business
  • For Capture Teams
  • Compare Platforms
  • Services
  • Workflow Automation
  • Support
  • Contact Us
© Copyright 2026 Gov Contract Finder.
  • Terms Of Service
  • Privacy Policy
Opportunity: Agencies plan to award multiple contracts totaling an estimated $500M–$1B over FY2026–FY2028 for mission‑critical AI capabilities (market estimate).
Next Step

Start the FedRAMP gap analysis and SAM.gov verification by March 31, 2026 to meet the April 30, 2026 submission deadline.