Opportunity

SAM #TMF5-1bRFI

DOJ Antitrust Division RFI: AI-Enabled Data Analytics Solution

Buyer

ANTITRUST DIVISION

Posted

April 13, 2026

Respond By

May 01, 2026

Identifier

TMF5-1bRFI

NAICS

541512, 541690, 541513, 541519

The U.S. Department of Justice (DOJ) Antitrust Division is seeking information from vendors about scalable, AI-enabled data analytics solutions to support litigation and investigations. - Government Buyer: - U.S. Department of Justice (DOJ), Antitrust Division, Technology Directorate - OEMs and Vendors Mentioned: - Cloudera - Databricks - Snowflake - Apache Spark - Azure Synapse Analytics - Products/Services Requested: - AI-enabled Data Analytics Solution platform - Capabilities required: - Large-scale data ingestion, processing, and analytics for structured and unstructured data - Advanced AI/ML features for economic analysis and litigation support - Integration with Azure-based cloud infrastructure - Security, compliance, and data governance - Scalable performance and operational efficiency - Professional services for evaluation, implementation, and support - Vendors must provide information on: - Platform performance, scalability, and deployment models - Cost structures and licensing - Public sector/government experience - Case studies and pricing models - Unique/Notable Requirements: - Solution must integrate with DOJ's Azure cloud environment - Must address federal security and compliance standards - Vendors are encouraged to demonstrate experience supporting government or public sector clients

Description

ATR IT Modernization: Data Analytics Solution

Issuing Agency This is a Request for Information (RFI) being issued by the Department of Justice (DOJ), Antitrust Division (ATR), on behalf of its Technology Directorate (TD).

Division Background The primary mission of the Antitrust Division (ATR), U.S. Department of Justice (DOJ), is to promote competition in the U.S. economy through enforcement of, improvements to, and education about antitrust laws and principles. Its goal is an environment in which U.S. consumers receive goods and services of the highest quality at the lowest price, and in which businesses compete fairly on the merits. By protecting competition across industries and geographic borders, the Division’s work serves as a catalyst for economic efficiency and growth, benefiting both American consumers and businesses. The Executive Office provides administrative and management support to the Division and includes three Directorates: The Technology Directorate, the Management Directorate, and the Human Capital Directorate. The Technology Directorate administers the Division’s technology program, including automated litigation support, management information systems, and office automation systems to support the Division's attorneys, economists, and managers.

RFI Purpose The Government is conducting market research to evaluate existing market capabilities and vendor offerings that can support implementation of a scalable, AI-enabled Data Analytics Solution (DAS), enabling advanced data processing, analytics, and mission-driven decision making. ATR will review vendor solution capabilities and the pricing approach provided by each respondent. Response to this RFI is strictly voluntary and will not affect any firm’s ability to submit an offer if, or when, a solicitation is released. This RFI is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. If you submit proprietary information, you are responsible for adequately and clearly marking “PROPRIETARY” on every sheet containing such information and segregate the proprietary information to the maximum extent practical from other portions of your response (e.g., use an attachment or exhibit). Responses to the RFI will not be returned. An electronic acknowledgement of the Vendor’s RFI response submission will be provided. If you do not receive an acknowledgement within one workday, please notify the acquisition points of contact listed in this RFI to ensure successful delivery.

Problem Statement The Antitrust Division (Division or ATR), within the U.S. Department of Justice (DOJ), works in the public interest to promote a competitive and productive American economy. The highest priorities of the Division are preventing anti-competitive mergers and acquisitions, curbing abuse of monopoly power, and prosecuting criminal bid-rigging and price-fixing cases. Mergers and civil enforcement cases affect the structure and performance of entire industries. The need for robust data ingestion, processing, and management tools has become evident in recent years. Companies are collecting more data than ever, and ATR must be positioned to efficiently scale data and analytical needs to support litigations and investigations. With the evolving landscape of data, analytics, and AI tools and techniques, there is a critical need to establish an enterprise-wide data management, analytics, and AI capability to aid in the streamlining of processes, tools, knowledge sharing, organizing, and the facilitation of establishing these capabilities as a core function across the Division. ATR aims to develop a centralized data management, analytics, and AI practice that will drive and support the Division’s ability to effectively litigate and uphold antitrust laws, and address the following critical challenges: Rapid growth in data volume and complexity: Increasing complexity and volumes of structured and unstructured litigation data strain current tools and infrastructure. Limited advanced analytics capabilities: Existing tools do not sufficiently support pattern detection, predictive analysis, and the use of quantitative evidence to strengthen legal arguments. Inefficient data processing and workflows: Inefficient and fragmented processes for handling large datasets result in delays, reduced productivity, and higher operational costs. Gaps in data-driven decision support: Analysts and attorneys lack integrated tools for data visualization, modeling, and machine learning to enable timely, well-informed strategic decisions. Underutilization of modern data technologies: Current capabilities do not fully leverage scalable compute, cloud-native architectures, and advanced analytics platforms to support high-performance analysis and reporting.

Objectives The purpose of this RFI is to gather detailed information from qualified vendors on available data analytics platform solutions that can support the ATR’s mission to enforce antitrust laws through advanced, data-driven analysis. Specifically, this RFI seeks to: Identify platforms capable of supporting large-scale data ingestion, processing, and analysis of structured and unstructured data. Evaluate Artificial Intelligence/Machine Learning (AI/ML) enabled capabilities that enhance economic analysis, pattern detection, and litigation support. Understand each vendor’s approach to security, compliance, and data governance within a government environment. Assess the ability to integrate with the Agency’s existing cloud infrastructure (Azure-based environment). Gather information on performance, scalability, and operational efficiency. Compare deployment models, cost structures, and licensing approaches. Evaluate vendor experience, maturity, and support models for public sector implementations. After documenting ATR’s problem statement and RFI objectives and through a series of research and evaluation activities, the Division has identified a list of business, functional, and non-functional requirements on which the products will be evaluated.

Vendor Responses Each vendor shall submit a complete response that includes the following components: Response to Business, Functional, and Non-Functional Requirements (Appendix A) Vendors must respond to all requirements listed in Appendix A using the provided response template. For each requirement, indicate the level of support in the “Vendor Response” column using one of the following: Fully Supported/Partially Supported/Not Supported In the “Capability Level” column, indicate whether the capability is available Out-of-the-Box, Configurable, requires Custom development, or Not Available. In the “Comments” column, vendors are encouraged to include any additional relevant information to clarify their response, such as dependencies (e.g., integrations, modules, or third-party components), assumptions or constraints, and relevant product features or capabilities. Pricing Model and Cost Structure (1–2 Pages) Vendors shall provide an overview of their pricing model and overall cost structure for the proposed solution, tailored for a government context. The response should include: Pricing Model Overview: Description of the pricing approach (e.g., subscription-based, consumption-based, user-based, tiered) Key Pricing Drivers: Factors that influence pricing (e.g., data volume, number of users, environments, storage, compute usage, etc.) Licensing Structure and Costs: License types (e.g., per user, per feature, enterprise); Pricing tiers or ranges, if available; Minimum commitments and/or volume discounts. Professional Services: Provide the Rough Order of Magnitude (ROM) for the professional services associated with implementation. Additional Costs and Considerations: Any other relevant cost elements (e.g., integrations, third-party tools, maintenance, optional add-ons), as applicable. Experience and Case Studies Vendors shall provide at least three (3) case studies demonstrating direct experience supporting government agencies in implementing data analytics solutions. Also, if applicable, identify any experience supporting other DOJ-specific components with similar requirements to ATR. Case Studies should not be longer than 1 page per Case Study. Contracting Vehicle Eligibility Vendors shall indicate whether they are an approved vendor under GSA or SEWP, and specify the applicable contract vehicle(s) and classification group(s). Submission Instructions Interested parties who consider themselves qualified to perform the above-listed services are invited to submit their response to this RFI by 12 PM EDT on Friday, May 1, 2026. All responses under this notice must be emailed to Elliott Jones at Elliott.Jones@usdoj.gov and Jacob Henson at Jacob.Henson2@usdoj.gov. If you have any questions concerning this RFI, please contact Jacob Henson at jacob.henson2@usdoj.gov. All questions must be submitted by 12 PM EDT on Monday, April 20, 2026. The government will post answers to select questions submitted by Friday, April 24, 2026. PLEASE NOTE: APPENDIX A EVALUATION CRITERIA AND APPENDIX B TARGET VENDORS are attached in the Word document.

View original listing