Bhawana Sharma, Contracting Officer
Arlington, VA 22203
USA
I. General Information 1. The Department of War (DOW) Air Force Office of Scientific Research (AFOSR) in Arlington, VA anticipates awarding a Partnership Intermediary Agreement (PIA) under the Statutory Authority 10 U.S.C. § 4124(f) and 15 U.S.C. § 3715 to obtain Integrated Programmatic and Technical Support as described in Attachment J-0 – AFOSR PIA Statement of Objectives (SOO) under this anno...
View more| Name | Type | Posted | Action |
|---|---|---|---|
| AFOSR PIA RFP FA955026RPIA1 2026.docx | DOCX | Mar 5, 2026 | |
| J-5 - Model Agreement - PIA TCs.docx | DOCX | Mar 5, 2026 | |
| J-6 - Model Agreement - CPO TCs.docx | DOCX | Mar 5, 2026 | |
| J-9 Key_Personnel_Requirements.docx | DOCX | Mar 5, 2026 | |
| J-7 Reporting_Deliverables_Matrix.docx | DOCX | Mar 5, 2026 | |
| J-2-SSC_SOO A Chantilly.docx | DOCX | Mar 5, 2026 | |
| J-3-AFCENT_SOO.docx | DOCX | Mar 5, 2026 | |
| J-4-NRO_SOO.docx | DOCX | Mar 5, 2026 | |
| Attachment KP - Key Personnel Resume Template.docx | DOCX | Mar 5, 2026 | |
| Attachment PPQ - Past Performance Questionnaire.docx | DOCX | Mar 5, 2026 | |
| AFMC SCI Addendum Without SCIF.docx | DOCX | Mar 5, 2026 | |
| DD Form 254_PIA_New_2026 Colorado Springs CO.pdf | Mar 5, 2026 | ||
| Attachment P - Price Proposal Template.xlsx | XLSX | Mar 5, 2026 | |
| J-0-Umbrella_PIA_SOO.docx | DOCX | Mar 5, 2026 | |
| AFOSR PIA RFP FA955026RPIA1 2026.docx | DOCX | Mar 5, 2026 | |
| J-1 AFRL_AFOSR_SOO.docx | DOCX | Mar 5, 2026 | |
| J-2.1-SSC_SOO B Colorado Springs.docx | DOCX | Mar 5, 2026 |
AFOSR FY26 Partnership Intermediary Agreement (PIA) for Integrated Programmatic and Technical Support to increase Technology Transition & Transfer and Collaborative Project Orders (CPOs)
—
AFOSR FY26 Partnership Intermediary Agreement (PIA) for Integrated Programmatic and Technical Support to increase Technology Transition & Transfer and Collaborative Project Orders (CPOs)
—
AFOSR FY26 Partnership Intermediary Agreement (PIA) for Integrated Programmatic and Technical Support to increase Technology Transition & Transfer and Collaborative Project Orders (CPOs)
—
2. The intermediary will primarily serve in a matchmaker capacity, and work to increase the likelihood of successful cooperative activities between the laboratory and industry/academia. The Government is contemplating award of:
AFOSR anticipates award of additional CPOs within the ordering period of the basic agreement.
3. Place of Performance.
PI leased facilities
Performance for four of the CPOs will be at the PI’s leased facilities located within one (1) mile of coinciding Government or partner activities. Facility locations are to be within the stated distance to ensure maximum stakeholder engagement. The Government will NOT reimburse the applicant’s direct facility costs. Offerors must account for all costs associated with acquiring and maintaining the required facilities within the indirect cost rates used to build their fixed price proposal. The total fixed price proposed for each Collaborative Project Order (CPO) should be all-inclusive of all costs, both direct and indirect, required for performance. The required facility locations shall be as follows:
Government space:
The government will provide 10K sq ft. of unclassified partnering collaboration space at 3401 Fairfax Drive, Arlington, VA, for both the PI and AFCENT partners, permitting reach-back coordination to AFCENT Headquarters. Work at this site will support unclassified work only.
4. Government Furnished Property (GFP). No GFP or equipment is anticipated to be provided.
5. Total Government Estimated Program Ceilings and Periods of Performance:
The Government Estimated Program Ceiling and Periods of Performance for the CPOs are as follows:
The Government anticipates an initial five CPOs to be awarded simultaneously with the award of the PIA. The objectives for the CPOs can be found in Attachments J-1, J-2, J-2.1, J-3, and J-4.
For the PIA:
The Government estimated ceiling is not to exceed $80M, which would accommodate the addition of other CPOs during the life of the agreement. The period of performance for the PIA will be 60 months, plus the optional six-month extension of services. NOTE: Profit or fee is unallowable under this PIA.
6) Small Business Set Aside: No small business set aside is being used.
Product Service Code (PSC): R499 – Support – Professional: Other
North American Industry Classification System (NAICS) Code: 541690 – Other Scientific and
Technical Consulting Services
7. Security Requirements. Reference Attachment J-8 – DD254s. The Applicant shall complete Blocks 6 and 7 with the appropriate information for their company and any subcontractors (when applicable) and shall include a statement confirming they can meet the security requirements in Blocks 11, 13, and 14 of the DoW Contract Classification Specification Form (DD254). Security requirements, as specified in the attached DD254, shall be met no later than the date of proposal submission. The government will consider proposals submitted without the DD254 as incomplete and a failure to adhere to the administrative requirements of this RFP.
Three personnel supporting the PIA will require a TS/SCI. The TS/SCI is required for their support of the SSC CPO and AFCENT CPO, although a facility security clearance is not required from the Applicant for these facility sites.
8. RFP Questions, Proposal Submission Due Date/Time, and Proposal Requirements.
RFP Questions. For any questions regarding this RFP, please submit questions in writing to: AFRL.AFOSR.PIA us.af.mil with the subject line “AFOSR PIA Questions: Name of Applicant”.
If responses provide clarification to all prospective Applicants, questions and subsequent responses will be published on SAM.gov.
Proposal Submission Due Date/Time. Applicants must submit their proposals no later than 10:00 AM Eastern on 4 APRIL 2026. Proposals received after this time/date will be determined non-responsive and will not be reviewed.
Proposals shall be submitted electronically to: [email protected] with the subject line:
“AFOSR PIA Proposal Submission: Name of Applicant”. Applicants are highly encouraged to submit proposals several days before the deadline to preclude electronic transmission delays. Applicants are also encouraged upon submission to request a confirmation of receipt from the Government email address listed.
Proposal Requirements. Proposals submissions require the following:
9. Proposal costs. The Government will provide no funding for proposal development costs. Technical
proposals and budgets (or any other materials) submitted in response to this RFP will not be returned. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, or an Applicant is not selected for an award, the Government is under no obligation to pay for any costs associated with preparing or submitting a proposal in response to this RFP.
10. Obligation of Funds. Award made under this solicitation is subject to the availability of funds. This request for proposal shall not be construed as commitment on the part of the Government as to the availability of certified funds or an authorization to proceed with the effort; successful negotiations are a prerequisite for the award of any PIA. Such authorization will be provided via a formally executed PIA and CPOs bilaterally signed by the Award Recipient and the Government Contracting Officer.
To be considered for the PIA award, the nonprofit must meet the eligibility requirements, submit a response to the Basic Agreement and five CPOs for evaluation, and provide all information requested in this RFP. There is a potential for additional CPOs to be awarded separately throughout the ordering period of the Basic Agreement. Failure to submit a proposal in response to the Basic Agreement and CPOs 1, 2, 2.1, 3, and 4 will be determined non-responsive and not reviewed further.
II. Proposal Instructions:
The following instructions are for the preparation and submission of proposals. The purpose of this section is to establish requirements for the format and content of proposals so that proposals contain all essential information and can be evaluated equitably. Applicants are instructed to read the entire solicitation document, including all attachments, prior to submitting questions and/or preparing your offer. The government will consider proposals submitted without the documentation identified in the proposal instructions as incomplete and a failure to adhere to the administrative requirements of this RFP. Omission of any information from the proposal submission requirements may result in rejection of the offer.
Applicants are solely responsible for identifying, justifying, and properly redacting their information. The Government will not assume responsibility for redacting information on behalf of the Applicant and will not be liable for any disclosure resulting from inadequate redactions.
If an Applicant fails to provide a properly prepared redacted version:
5. System for Award Management (SAM.gov) Registration Required:
6. Eligibility Determination:
“…..an agency of a State or local government, or a non-profit entity owned in whole or part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government, that assists, counsels, advises, evaluates, or otherwise cooperates with industry or academic institutions that need or can make demonstrably productive use of technology-related assistance from a Center; facilitates technology transfer from industry or academic institutions to a Center; or assists and facilitates workforce development in critical technology areas for technology transition activities to fulfill unmet needs of a center.”
And as defined in 15 USC § 3715(c):
"... an agency of a State or local government, or a nonprofit entity owned in whole or in part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government, that assists, counsels, advises, evaluates, or otherwise cooperates with small business firms, institutions of higher education as defined in section 1141(a) 1 of title 20, or educational institutions within the meaning of section 2194 of title 10, that need or can make demonstrably productive use of technology-related assistance from a Federal laboratory, including State programs receiving funds under cooperative agreements entered into under section 5121(b) of the Omnibus Trade and Competitiveness Act of 1988.”
2. A nonprofit entity seeking to qualify as a Partnership Intermediary (PI) shall comply with the eligibility requirements as outlined in a) or b) below:
a. Government Agencies: A PI may be “an agency of a State or local government.” If the candidate PI asserts that it is eligible because it is an agent of a State or local government:
(1) The candidate PI shall cite the state statute or local ordinance that establishes the candidate PI as an agent of the State or local government.
b. Nonprofit Organizations. If a candidate PI is not a government agency, then it shall be a “nonprofit entity” and shall be “owned in whole or in part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government.”
(1) All nonprofit organizations are required to file an annual IRS Form 990. Whether organized as a corporation, LLC, or other type of organization, nonprofit business entities will have articles of incorporation on file in the state in which the entity is established. These entities also should have bylaws governing their operations. If the candidate PI meets this eligibility requirement:
(2) The requirements for a candidate PI to be “owned in whole or in part by, chartered by, funded in whole or in part by, or operated in whole or in part by or on behalf of a State or local government” as stated in the alternative—must meet at least one of the following conditions to satisfy this requirement.
i. If the candidate PI is “owned in whole or in part,” or “operated in whole or in part by or on behalf of the State or local government”:
ii. To document that a State or local government has chartered a candidate PI:
iii. To document that a State or local government funds the candidate PI:
For the Government Contracting Officer to make a determination of eligibility, the proposal Applicant shall include documented evidence of the nonprofit entity’s relationship to the State or local government as stated above. This information shall be included in Proposal Documentation - Volume III.
Please refer to Attachment RFP - AFOSR PIA RFP FA9550026PIA1 2026 to view the complete Proposal Instructions and Merit Review Criteria.
ATTACHMENTS:
Attachment RFP - AFOSR PIA RFP FA9550026PIA1 2026
Attachment J-0 – AFOSR Umbrella PIA Statement of Objectives (SOO)
Attachment J-1 - CPO 1 – AFRL/AFOSR SOO
Attachment J-2 – CPO 2 - USSF (SSC) – VA SOO
Attachment J-2.1 - CPO 2.1 – USSF (SSC) – CO SOO
Attachment J-3 - CPO 3 – AFCENT SOO
Attachment J-4 – CPO 4 – NRO SOO
Attachment J-5 - Model PIA terms and conditions
Attachment J-6 – Model CPO terms and conditions
Attachment J-7 – Reporting Deliverables Matrix
Attachment J-8 – DD254
Attachment J-9 – Key Personnel Requirements and Descriptions
Attachment P – Price Proposal Template
Attachment KP – Key Personnel Resume Template
Attachment PPQ – Past Performance Questionnaire