FA955026RPIA1
AFOSR FY26 Partnership Intermediary Agreement (PIA) for Integrated Programmatic and Technical Support to increase Technology Transition & Transfer and Collaborative Project Orders (CPOs)
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE MATERIEL COMMAND > AIR FORCE RESEARCH LABORATORY > FA9550 AFRL AFOSR
Quick analysis
Prime eligibility is restricted to qualifying Partnership Intermediaries (nonprofit or state/local government entities) per 10 U.S.C. 4124(f) and 15 U.S.C. 3715; Trace Systems is a for‑profit corporation and therefore ineligible to prime this PIA (solicitation and Q&A).
The current incumbent is Virginia Tech Applied Research Corporation (VT‑ARC), indicating a strong incumbent advantage in the nonprofit PI space (Amendment 002).
Material compliance and execution hurdles include: DD254 completion by proposal submission, three TS/SCI personnel required, and leasing multiple large unclassified facilities within 1 mile of specified addresses (10k–58k sq ft) with no direct facility cost reimbursement (RFP/J‑attachments; Q&A).
Aggressive timeline: proposals due 4 Apr 2026, anticipated start ~15 May 2026, with mandatory pricing for a six‑month option equal to the preceding six months (Amendments 001/002). Proposals omitting the 6‑month option are non‑compliant (Amendment 002).","Even as a potential subcontractor, assembling a compliant nonprofit‑led team with required SCI staff and facility footprint on this timetable is unlikely. Technical scope (tech transfer facilitation, ecosystem engagement, analytics, STEM/workforce) is outside Trace’s core differentiators, further reducing competitiveness.
Scope summary
- Prime must be an eligible Partnership Intermediary (nonprofit or state/local government agency) per 10 U.S.C. 4124(f) and 15 U.S.C. 3715 with supporting documentation in Volume III (articles/bylaws/IRS 990 and ownership/charter/funding evidence).
- Submit five initial CPO proposals with the Basic PIA; funding is at CPO level (CPO1 AFOSR/AFRL; CPO2 SSC‑VA; CPO2.1 SSC‑CO; CPO3 AFCENT; CPO4 NRO) with stated ceilings and 60‑month periods plus optional 6‑month extension.
- Provide and price PI‑leased unclassified facilities within 1 mile of specified addresses: AFOSR Arlington 10k sq ft; SSC Chantilly 10k; SSC Colorado Springs 58k; NRO Chantilly 10k. No direct facility cost reimbursement; include in pricing per instructions/Q&A.
- Security: Complete DD254 (Attachment J‑8) and meet Blocks 11/13/14 requirements by proposal submission; three personnel require TS/SCI for SSC and AFCENT CPOs; SCI addendum applies with AFMC/A2S cognizance.
- Pricing: Fixed‑price; profit/fee unallowable; submit base + all option years + mandatory 6‑month option (priced equal to the preceding six months) using the Government workbook with full traceability. Missing 6‑month pricing is non‑compliant (Amendment 002).
- Proposal due 10:00 AM ET on 4 Apr 2026; submit unredacted and redacted Technical/Management Volume I, plus Price (II), Proposal Documentation/Eligibility (III), and Past Performance (IV).
- Active SAM registration with UEI and CAGE is required for award; submission formatting and PDF requirements apply.
Dimension scores
Scope centers on partnership development, tech transfer/transition awareness, ecosystem engagement, analytics, and STEM/workforce (Umbrella SOO; J‑CPO SOOs). These are professional/innovation facilitation services adjacent to Trace’s IT/SE&I/O&M capabilities, but not core differentiators like SATCOM/LEO/CDS/JADC2. Hence only a partial technical match.
Trace has relevant DoD experience with USAF, AFCENT, DISA, and SSC‑adjacent missions (company profile), but no evidence of prior PIA/tech‑transfer intermediary work or AFOSR basic research facilitation. This is adjacent agency/mission relevance rather than direct PIA experience.
This is not on a Trace‑held vehicle and is restricted to eligible Partnership Intermediaries (nonprofits or state/local agencies). Trace cannot access as prime; teaming with a qualifying nonprofit would be required just to participate (RFP Eligibility section).
Incumbent is VT‑ARC (Amendment 002), a qualifying nonprofit with likely established facilities and processes. With five days to deadline, Trace lacks prime eligibility and would be a late‑stage sub to a nonprofit, offering limited differentiation in a nonprofit‑centric competition.
Very high risk: (1) Prime eligibility barrier (nonprofit/state/local only); (2) Mandatory DD254 by proposal with three TS/SCI staff; (3) Large leased facility requirements within 1 mile at multiple sites (10k–58k sq ft) with no direct facility reimbursement; (4) Fixed‑price with unallowable profit; (5) 4/4/2026 deadline; (6) SCI oversight and visit/admin controls (DD254 addendum).
Potential access to AFOSR/SSC/NRO/AFCENT ecosystems could be strategically useful, but only via a nonprofit prime, and the work is facilitation‑oriented rather than in Trace’s core solution lanes. Near‑term revenue/value is limited and uncertain.
Eligibility requires the prime to be a qualifying Partnership Intermediary (nonprofit or state/local government entity) with supporting documentation (RFP Eligibility). Trace is a for‑profit S‑Corp and thus ineligible to prime. Additional compliance hurdles include DD254 by proposal and TS/SCI personnel, further reinforcing non‑viability as prime.
Concerns
- Prime eligibility barrier for for‑profit entities; only nonprofits or state/local agencies can prime.
- Tight schedule (proposal due 4 Apr 2026; start ~15 May 2026) compresses teaming, staffing, and facility acquisition.
- SCI requirements and three TS/SCI personnel by proposal submission; DD254 completion required.
- Large facility footprint (aggregate 88k+ sq ft across locations) within 1 mile constraints; no direct facility reimbursement increases financial exposure.
- Incumbent (VT‑ARC) likely has established processes/facilities and relationships, reducing new entrant odds.
- Fixed‑price with unallowable profit reduces financial flexibility; funding at CPO level increases planning uncertainty.
- Unreadable DD254 (CO site) file limits validation of some security specifics, though overarching requirements are stated elsewhere.
Teaming opportunities
- Qualifying nonprofit or state/local government PI prime to lead proposal and hold the PIA.
- Facilities partners/landlords near Arlington, Chantilly, and Colorado Springs able to meet the square footage and distance constraints quickly.
- Cleared personnel: at least three TS/SCI resources available by proposal; SCI program administrative support (FSO/CSSO) familiar with AFMC/A2S processes.
- Specialized tech transfer/transition facilitation, ecosystem analytics, and STEM/workforce development SMEs aligned to AFOSR/SSC/NRO/AFCENT priorities.
Competitive position
- If participating as a subcontractor to a qualifying PI, emphasize Trace’s operational insights with USAF/AFCENT and joint C5ISR/JADC2 programs to inform ecosystem and market intelligence tasks.
- Leverage Trace’s Space/LEO/SATCOM integration experience to enrich SSC‑focused technology scouting and commercialization awareness activities.
- Offer Trace’s global OCONUS support footprint to facilitate multi‑site engagements and stakeholder coordination for AFCENT and other mission partners.
Bid/No bid factors
- Prime eligibility limited to nonprofits or state/local agencies (Trace is ineligible as prime).
- Incumbent VT‑ARC identified by the Government.
- Mandatory pricing for the 6‑month option; omission is non‑compliant (Amendment 002).
- Facility requirements are large, location‑constrained, and not directly reimbursable.
- DD254 and SCI requirements must be met by proposal submission, including three TS/SCI personnel.
- One DD254 attachment (Colorado Springs) was unreadable, limiting validation of detailed security blocks.
Documents
Download all
AFMC SCI Addendum Without SCIF.docx
Download
DD254 addendum specifying Sensitive Compartmented Information (SCI) clauses for contract FA955026RPIA1. Documents SCI handling, approvals, investigative requirements, oversight (HQ AFMC/A2S), and administrative procedures including visit requests and material custody.
- Contract identifier referenced: FA955026RPIA1.
- Explicit statement: this contract requires access to Sensitive Compartmented Information (SCI).
- SCI access and public release restrictions: SCI will not be publicly released and requires originator approval for release to contractor employees.
- Number of SCI positions required: "This contract will require 2 - 4 SCI positions" for performance.
- Names/justifications for SCI-access personnel must be coordinated to HQ AFMC/A2S and approved by the SCI COR prior to DCSA Tier 5 investigations.
- SCI Contracting Officer Representative: Bhawana Sharma, AFRL,RBKS2, bhawana.sharma@us.af.mil, (703) 328-9110.
- DCSA Tier 5 investigations referenced for personnel nominated for SCI access; FSOs/CSSOs must monitor adjudication systems (JPAS/DISS).
- Security cognizance: HQ AFMC/A2S maintains SCI security cognizance for this contract and DCSA is relieved of oversight for SCI performance.
- Access scope: SCI access limited to U.S. Government locations identified in the contract (Item 8.a); further dissemination prohibited without written authorization.
- Administrative requirements: SCI visit certifications require at least five working days notice to HQ AFMC/A2S.
AFOSR PIA RFP FA955026RPIA1 2026.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 3 only) of the AFOSR PIA RFP FA955026RPIA1 was reviewed. The solicitation requests a fixed-price Partnership Intermediary Agreement (PIA) to perform matchmaker and technology transition/transfer activities across multiple Collaborative Project Orders (CPOs), with an overall PIA ceiling up to $80M and an anticipated initial set of five CPOs (AFRL/AFOSR, two USSF SSC CPOs, AFCENT, and NRO). Proposal administration, security (DD254), facility/location requirements, detailed proposal volume structure, and key contract ceilings/periods (CPO-level ceilings and 60-month term plus 6-month extension) are included in the reviewed sections; the document is larger and only selected sections were provided for review.
- Solicitation type: PIA under 10 U.S.C. §4124(f) and 15 U.S.C. §3715; fixed-price agreement (profit/fee unallowable).
- Government estimated PIA ceiling: not to exceed $80M; overall PIA period: 60 months + optional 6-month extension.
- Initial CPOs and ceilings: CPO1 (AFRL/AFOSR) $8.8M; CPO2 (USSF SSC VA) $7.8M; CPO2.1 (USSF SSC CO) $11.7M; CPO3 (AFCENT) $2.8M; CPO4 (NRO) $8.2M. Government expects to award these five CPOs simultaneously with the PIA.
- Place of performance constraints: PI-leased facilities within 1 mile of specified government addresses with square footage requirements — AFOSR (10K sqft, Arlington), USSF Chantilly (10K sqft), USSF Colorado Springs (58K sqft), NRO Chantilly (10K sqft). Government will not reimburse direct facility costs; proposals must be all-inclusive.
- Government-provided space: 10K sqft unclassified partnering collaboration space at 3401 Fairfax Drive, Arlington, VA (unclassified work only).
- Security requirements: DD254 (Attachment J-8) is required and must be completed and met by proposal submission; three personnel will require TS/SCI for SSC CPO and AFCENT CPO support, though an Applicant facility clearance is not required for those sites. Proposals submitted without the DD254 may be deemed incomplete.
- Eligibility: Only entities meeting the statutory definition of a Partnership Intermediary (state/local government agency or qualifying nonprofit per 10 U.S.C. / 15 U.S.C.) are eligible; applicants must provide documentation (articles of incorporation, IRS Form 990, funding/charter/ownership evidence) in Volume III to support eligibility claims.
- Proposal administrative requirements and deadlines: Proposal due 10:00 AM Eastern, 4 APRIL 2026; submissions to AFRL.AFOSR.PIA@us.af.mil; required volumes include Technical/Management (Volume I — unredacted + redacted), Price (Volume II), Proposal Documentation/Eligibility (Volume III), Past Performance (Volume IV).
- SAM registration required (UEI and CAGE); failure to be registered disqualifies award eligibility.
- Scope/focus areas and objectives: Eight focus areas (partnership development, tech transfer awareness, scouting/industry engagement, STEM/workforce development, non-inherently governmental expertise, data/tools/platforms, governance across CPOs, communications/knowledge-transfer) and seven program objectives to advance T3 and partnerships across AFRL/AFOSR and partners.
AFOSR PIA RFP Responses to Questions Part 2.pdf
Download
Amendment 002 Q&A clarifies pricing and payment rules: offerors must include pricing for the optional six-month extension (priced equal to the preceding six months) and assume continuation of all contract elements (including facilities); proposals missing that pricing will be non‑compliant. The document names the incumbent (Virginia Tech Applied Research Corporation, FA9550-22-3-0002) and confirms the basic PIA is unfunded with payments and payment structures (milestone/deliverable/schedule) to be defined at each CPO/project plan.
- Six-month optional extension pricing must be submitted and equal to the proposed pricing in the six months prior to final option expiration.
- Offeror should assume continuation of all contract elements for the six-month extension, including facilities.
- Proposal will be deemed non-compliant if it does not include pricing for the optional six-month extension.
- Incumbent identified: Virginia Tech Applied Research Corporation, contract FA9550-22-3-0002.
- Basic PIA will not be funded; funding/payment will be obligated at the CPO level (payment terms defined in each CPO / Article 4.2 and Article 4.9 referenced).
- Price evaluation uses the total evaluated price across base, all options, and the six-month option and references the government-provided pricing workbook (Summary worksheet).
- Question on university eligibility deferred to the solicitation's Eligibility Determination section (no new clarification provided here).
- Document is labeled Amendment 002 (clarification Q&A).
AFOSR PIA RFP Responses to Questions.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 2 of 2) of an RFP amendment Q&A clarifying key proposal, pricing, facilities, security, and execution questions for AFOSR PIA FA955026RPIA1. Provides government positions on fixed-price/assistance structure, facility cost treatment, proposal due dates, start date, ceilings, place-of-performance constraints, and eligibility/documentation requirements.
- Document is Amendment 001 Q&A; selected sections reviewed (partial review due to file size).
- Solicitation confirms fixed-price type PIA; Attachment P updated language to ‘Fixed price type agreement’.
- Profit/fee is unallowable under this PIA (explicit).
- Government-estimated total PIA ceiling: not to exceed $80M (from solicitation; Q&A reiterates funding structure).
- Anticipated CPO ceilings and periods (from solicitation and clarified): CPO1 AFRL/AFOSR $8.8M; CPO2 USSF-VA $7.8M; CPO2.1 USSF-CO $11.7M; CPO3 AFCENT $2.8M; CPO4 NRO $8.2M — each with 12-month base + four 12-month options (60 months) plus optional 6-month extension.
- Anticipated start date clarified: on or about 15 May 2026.
- Proposal submission deadline reiterated in Q&A context: 10:00 AM Eastern on 4 April 2026 (solicitation).
- Place of performance constraints: offerors must propose leased PI facilities within 1 mile of government/partner addresses for multiple CPOs; government will not provide lease allowances, floorplans, or site visits—offerors must research/price independently.
- Facility square footage requirements from RFP (restated elsewhere): AFOSR 10K sq ft; USSF-VA 10K; USSF-CO 58K; NRO-Chantilly 10K; government provides 10K sq ft unclassified partnering space at 3401 Fairfax Drive, Arlington, VA.
- Clarification on facility cost treatment: facility cost is a fixed rate charged as direct to each CPO; other facility-associated costs (acquisition, maintenance) are indirect and will not be reimbursed as direct costs.
- Government will not confirm incumbent facility addresses or provide incumbent lease/transition detail; offerors should not assume assignment/novations are available.
- Security requirements: DD254 must be completed and security requirements in Blocks 11,13,14 met no later than proposal submission; three personnel will require TS/SCI for support on SSC CPO and AFCENT CPO (applicant facility clearance not required for those sites).
- SAM registration is required (UEI/CAGE must be active) and failure to have SAM registration disqualifies award eligibility.
- Eligibility constraint: Only entities meeting statutory PI definition (10 U.S.C. 4124(f) and 15 U.S.C. 3715) qualify — typically state/local agencies or nonprofit entities with required supporting documentation (articles of incorporation, bylaws, IRS Form 990, proof of government ownership/charter/funding as applicable).
- Government intends single award but allows possibility of multiple awardees (intent clarified).
- Travel, staffing, and specific activity levels are to be estimated by offerors consistent with SOO; many specifics (travel, events) may be funded/negotiated via subsequent CPOs/Project Plans.
- Pricing/submission: although FFP, offerors must provide supporting pricing detail consistent with solicitation instructions (certified cost/pricing data not required); one unredacted and one redacted Technical/Management Volume I required.
- Proposal formatting and submission administrative rules reiterated (PDF, page limits, redacted/unredacted volumes, virus-free, etc.).
Attachment KP - Key Personnel Resume Template.docx
Download
Resume template for Key Personnel to be included in the Technical/Management Volume (Appendix I). Instructs applicants to complete one template per proposed person, limits resumes to two pages, and requires fields covering citizenship, proposed assignment, availability, security clearance history, education, certifications, detailed relevant experience, and three client references.
- Designated as Attachment KP (Key Personnel) and placed in Appendix I – Technical Volume (indicates resumes are part of Volume I submission).
- One template must be completed for each person proposed; resumes must not exceed 2 pages (page-limit compliance).
- Required data fields: full legal name, country of citizenship, proposed title/assignment, availability and period of commitment (useful for staffing/availability checks).
- Security-related fields: background investigation or security clearance(s) held (current and previous) — relevant given solicitation requires three TS/SCI personnel and DD254 completion by proposal date.
- Education and training fields (undergrad, grad, post-doc) and technical qualifications/certifications (useful for assessing technical fit).
- Detailed applicable professional experience block with chronology, client/customer name, role, duties, and relevance to PIA/CPOs (important for past performance and technical match).
- Requires three knowledgeable client/customer business references with contact info (useful for validating past performance).
- Template placement implies resumes are mandatory and will be evaluated as part of the Technical/Management volume (supports compliance and evaluation readiness).
Attachment P - Price Proposal Template.xlsx
Download
Partially reviewed: Too large
Partial review (selected sections only) of the AFOSR Price Proposal Template including the Instructions sheet, the Summary worksheet (CPO-level rollups), and portions of CPO-specific labor/ODC worksheets (AFOSR, SSC Virginia, AFCENT, SSC Colorado). The template enforces fixed-price per-CPO structure, requires full traceability of calculations, and includes detailed labor and ODC line-items for base and four option years plus a 6-month extension. Review limited to selected sections (file is large; only section_1_of_4 and section_3_of_4 were extracted).
- Template is guidance and must be completed by applicant; Government must be able to verify/trace all pricing from details to Summary.
- Structure: Summary lists CPO line items (x001–x010) and total evaluated price; each CPO has separate LABOR and OTHER DIRECT COSTS worksheets for Base, Option Years 1–4, and a 6-month extension.
- Payments/contract type: CPOs are fixed-price type agreements (template expects firm-fixed-price proposals per CPO).
- Profit/fee: Explicitly disallowed — 'Profit or fee is unallowable under this PIA.'
- Facilities: Government will NOT reimburse direct facility costs; applicants must include facility costs in indirect rates and total fixed price (applicant bears facility costs).
- Subcontractor/consultant disclosure: All subs/consultants/collaborators must be identified separately with percent of work and supporting price analysis.
- Calculation rules: Workbook must include formulas (not manually entered), formulas shall not be locked, links must be present, and subtotals/totals rounded to nearest dollar.
- Price volume deliverables: Template prohibits 'pricing notes' in the template and allows added tabs but requires roll-up to summary; supporting documentation may be attached but traceability to template is required.
- Required cost elements in labor worksheets: company role (prime/sub), SOW task, proposed labor category, mapped internal category, key personnel flag, yearly salary, total hours, labor hour rate, fringe %, fringe amount, G&A %, G&A amount, subtotals.
- Selection limitation: extraction is partial (sections 1 and 3 only); other tabs/fields may contain additional mandatory fields, templates, or calculation rules not captured here.
Attachment PPQ - Past Performance Questionnaire.docx
Download
Past Performance Questionnaire (PPQ) used by AFOSR to collect reference information for applicants to the AFOSR PIA. The form explains PPQ return instructions, the PIA scope (eight focus areas and seven objectives), asks for contract-specific metrics (dates, values, CPARS, geographic scope), and provides a structured rating matrix for performance evaluation.
- Purpose: Solicits third-party past performance references for offerors to the AFOSR PIA (will become part of Source Selection records).
- Return instructions: Completed PPQs must be e-mailed to AFRL.AFOSR.PIA@us.af.mil within 10 calendar days of receipt (do not return to contractor).
- Scope summary repeated: lists eight PIA focus areas (partnership development; tech transfer & transition; tech scouting; STEM/workforce; non-inherently governmental technical expertise & studies; data/tools & analytic platforms; governance/CPO coordination; communications/knowledge-transfer outputs).
- Objectives summary repeated: seven objectives emphasizing early-stage transition awareness, ecosystem engagement, partnerships, non-FAR collaboration mechanisms, STEM/workforce, analytics/landscape assessments, and transparent stewardship of R&D investments.
- PPQ requests contract-specific details useful for evaluation: project/contract name and number, contractor role (prime/sub/key personnel), contract type, competitive award status, CPARS availability, period of performance, original/current schedule and dollar values, and geographic scope.
- Structured rating scale: 1–5 (Unsatisfactory to Exceptional) across performance categories such as overall program management, stakeholder & relationship management, technical quality & expertise, subcontractor/partner management, and proactiveness/problem resolution.
- Free-text fields: sections for comments, general remarks, and respondent signature/contact info—useful for qualitative references.
- Administrative note: PPQ responses enter official source selection record (sensitive handling) and are used to verify offeror past performance claims.
DD Form 254_PIA_New_2026 Colorado Springs CO.pdf
Download
Filename indicates this is a DD Form 254 (Contract Classification Specification) for the PIA site in Colorado Springs (likely tied to CPO 2.1). The extracted text contains only a PDF viewer placeholder message and no substantive DD254 data, so the security requirements in the form are unavailable for review.
- Filename: 'DD Form 254_PIA_New_2026 Colorado Springs CO.pdf' — identifies the document as a DD254 for the Colorado Springs PIA site (likely associated with CPO 2.1 / USSF SSC Colorado Springs).
- Document type (DD254) normally contains facility/classification requirements, required personnel clearances, and instructions for meeting security clauses (blocks 6,7,11,13,14) — information critical to compliance scoring.
- Extraction failure: no classification level, no listed required clearances, and no facility/contractor obligations could be confirmed from the file.
- Because the DD254 is unreadable, we cannot validate or cross-check the solicitation's stated security items for Colorado Springs; original or alternate file retrieval is required to obtain details needed for compliance and staffing planning.
J-0-Umbrella_PIA_SOO.docx
Download
Partially reviewed: Too large
Partial review (sections 1 and 3 only). The Umbrella SOO defines the PIA purpose, AFOSR oversight role, constraints on the Partnership Intermediary (non-inherently governmental enabling mechanism), and the allowable Task Areas and optional capabilities that must be activated via AFOSR-approved Collaborative Project Orders (CPOs). It emphasizes facilitation, technology transfer/transition awareness, ecosystem engagement, data-enabled analytics, collaboration spaces, and strict scope control (no contractor-initiated work beyond CPOs).
- Document is an Umbrella SOO for an AFRL/AFOSR Partnership Intermediary Agreement (PIA) defining purpose as facilitation of tech transfer, early-stage transition, partnership development, and ecosystem engagement.
- AFOSR is the managing organization with central authority: approves/modifies CPOs, sets priorities, reviews deliverables, and maintains separation of inherently governmental functions.
- All work must be initiated through AFOSR‑approved CPOs and associated Project Plans; PI may not perform contractor-initiated work outside CPO scope.
- Scope/task areas include: partnership development and agreement enablement; technology transfer/transition awareness and market intelligence; technology scouting and industry engagement; STEM/workforce engagement; access to non‑inherently governmental technical expertise and analytic assessments; development/use of data tools and collaboration environments; governance/coordination across CPOs; outreach, communications, and knowledge-transfer outputs.
- Optional/‘CPO‑activated’ capabilities include operation of unclassified collaboration/technical engagement spaces (and leasing where government‑approved), innovation ecosystem mapping/facilitation, prototype awareness/feasibility analyses (limited for AFOSR to awareness/planning), data-enabled insights and dashboards (Govt-owned outputs), enterprise-level cross‑portfolio support, and other government-approved special capabilities.
- Scope control constraints: PI must remain non‑inherently governmental, refrain from legal/acquisition decisions, and route mission partner direction to AFOSR COR; mission partners may not provide technical direction to the PI.
- Deliverables and performance standards: outputs must be accurate, professional quality, meet timelines/milestones and reporting schedules defined by CPOs/Project Plans (performance standards section present but not fully reviewed).
J-1 AFRL_AFOSR_SOO.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 3) of the AFRL/AFOSR Collaborative Project Order (CPO) Statement of Objectives (SOO). The document frames the CPO purpose as PIA-enabled facilitation of technology transfer/transition for AFOSR-funded basic research (6.1), defines a menu of Task Areas (Partnership Development, Technology Transfer, STEM/workforce, Analytics, Data Tools, Program Management, Outreach, etc.), and provides illustrative staffing, event, and analytic volume ranges for planning (e.g., 8,000–14,000 labor hours/year). Review is partial due to file size; conclusions are limited to the extracted sections.
- Sponsor: AFRL / AFOSR; CPO purpose is stewardship of basic research (6.1) and enabling technology transfer/transition via a Partnership Intermediary under a PIA
- Non-inherently governmental facilitation role: intermediary cannot perform inherently governmental functions or negotiate/execute legal instruments
- AFOSR retains sole program authority and decision-making; mission partners may be co-funders but cannot provide technical direction
- Activated Task Areas (menu): Partnership Development; Technology Transfer/Transition & Market Intelligence; STEM/Workforce; Technical Studies/Analytic Assessments; Data Tools/Innovation Support; Program Management/Governance/Event Facilitation; Outreach/Knowledge Transfer; Other T3-aligned facilitative support
- Additional Capabilities (enabling only): collaboration/technical engagement environments; ecosystem support; data-enabled insights; communication platforms; Government-approved special capability — not to be proposed as standalone work
- Illustrative Level of Effort per CPO/year: ~8,000–14,000 labor hours (~2–8 FTE) — planning context only
- Illustrative annual volumes: Major engagements 2–10; minor engagements 50–250; studies/analytic reports 6–30; dashboards/data tools 3–12; partnership enablement actions ~10–40 per year
- All Task Areas and activities require explicit Government activation via approved Project Plans; activities are authorized only when directed by AFOSR
- Explicit statement that international collaborations may be supported only when Government-directed and routed through an identified Government international focal point
J-2-SSC_SOO A Chantilly.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 3) of the Space Systems Command (SSC) Chantilly Collaborative Project Order (CPO) Statement of Objectives (SOO). The document frames the CPO as a PIA-enabled, non-inherently governmental facilitation and analytics role to support SSC technology transfer, commercialization enablement, and ecosystem engagement, executed only under AFOSR-approved Project Plans and governance. Illustrative proposal planning guidance is included (scale, task areas, and an annual level-of-effort estimate).
- Document is the SSC–Chantilly CPO SOO under the AFOSR PIA (customer: Space Systems Command; managing organization AFOSR).
- CPO purpose: enable government-directed technology transfer, early-stage transition, commercialization enablement, partner engagement, and ecosystem connectivity for SSC priorities.
- Execution model: Partnership Intermediary acts as a non-inherently governmental enabling mechanism; AFOSR is the sole directing/approving authority and all work requires AFOSR-approved Project Plans.
- Activated Task Areas referenced (Task Areas 1–8 from Umbrella SOO) including Partnership Development, Technology Transfer/Transition, STEM/workforce, Studies/Analytics, Data Tools, Program Management/Governance, Outreach/Knowledge Transfer, and Other T3-aligned support.
- Additional Capabilities may be utilized when directed (e.g., collaboration environments, ecosystem support, data-enabled insights, communication platforms) but are enabling only and not guaranteed or separately priced.
- Governance: Partnership Intermediary supports boards/working groups and provides materials, facilitation, tracking — but cannot perform inherently governmental decisions or accept work independently.
- Illustrative level of effort for proposal planning: approximately 8,000–16,000 labor hours/year (~2–8 FTEs); illustrative engagement volumes (3–12 major engagements; 50–250 minor interactions; 5–25 cohorts/working groups).
- Illustrative figures are expressly non-binding and actual staffing/funding/schedule/deliverables determined exclusively by AFOSR-approved Project Plans.
- Scope emphasis: enterprise integration, architecture, intelligence-informed planning, coordination with National Capital Region stakeholders; activities may span multiple locations and functional efforts.
- Statement that activities support transition readiness and awareness but do not authorize acquisition, fielding, or operational adoption — government retains those decisions.
J-2.1-SSC_SOO B Colorado Springs.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 3 of 5) of the SSC–Colorado Springs Collaborative Project Order (CPO) SOO. The document defines the CPO purpose as enabling Government-directed technology transfer, transition, commercialization enablement, and ecosystem engagement in support of SSC mission priorities, describes governance (AFOSR as sole directing authority), enumerates Task Areas that may be activated, and provides illustrative planning-level activity and staffing ranges (scale/context only).
- CPO purpose: enable Government-directed technology transfer, early-stage transition, commercialization enablement, and ecosystem engagement for SSC in Colorado Springs, CO.
- Execution model: Partnership Intermediary operates as a non-inherently governmental enabling mechanism; all activities executed only under AFOSR-approved Project Plans.
- Governance: AFOSR is sole Government authority for direction, approval, prioritization, and acceptance; Partnership Intermediary shall not exercise inherently governmental functions or decision-making.
- Activated Task Areas (may be used when directed): Task Areas 1–8 including Partnership Development, T3 & market intelligence, STEM/workforce, studies/analytics, data tools/platforms, program management/governance, outreach/knowledge transfer, and other T3-aligned support.
- Additional Capabilities (A.1, A.2, A.4, A.5, A.6) may be utilized only when expressly directed and are enabling functions not to be proposed/priced as standalone services.
- Place of performance: explicitly identified as Colorado Springs, CO for this CPO (SSC mission partner locus).
- Illustrative level of effort for proposal planning: ~8,000 to 16,000 labor hours per year (~2–8 FTE) — provided as non-binding planning context only.
- Illustrative engagement volumes (non-binding): major engagements ~3–12/year; minor engagements/interactions ~50–250/year; cohorts/working groups ~5–30 concurrent/episodic.
- Deliverables/reporting: governed by Government-issued attachments and AFOSR-approved Project Plans; deliverables are execution artifacts and do not expand scope.
- Scope constraints: activities support transition readiness and awareness, not acquisition, system insertion, or fielding decisions; preserves Government authority over prioritization and operational adoption.
J-3-AFCENT_SOO.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 3 only) of the AFCENT Collaborative Project Order (CPO) Statement of Objectives (SOO). Describes purpose, AFOSR authority, permitted non‑inherently governmental facilitation services under the AFOSR PIA, a menu of Task Areas (Partnership development, Technology transfer, STEM/workforce, analytics, data tools, program management, outreach, etc.), constraints on PI authorities, and illustrative scale (labor hours, FTEs, events, studies, SME hours) for planning.
- CPO sponsor: U.S. Air Forces Central (AFCENT) operational innovation mission; managed by AFOSR as sole directing authority for this CPO
- Executed under AFOSR Partnership Intermediary Agreement (PIA) mechanism (non‑inherently governmental support)
- Partnership Intermediary prohibited from negotiating/executing agreements or performing inherently governmental functions; must route direction through AFOSR/COR
- Menu of Task Areas (Task Area 1–8) available only when activated via AFOSR‑approved Project Plans (examples: Partnership Dev, Tech Transfer/Transition, STEM/workforce, Studies/Analytics, Data Tools, Program Mgmt, Outreach)
- Additional Capabilities (A.1, A.2, A.4, A.5, A.6) may be used only when expressly directed in Project Plans (collaboration spaces, ecosystem support, data insights, comms platforms, special capabilities)
- Illustrative annual level of effort for a single AFCENT CPO: ~8,000–16,000 labor hours (~2–8 FTE) — planning context only
- Illustrative activity volumes (non‑binding): major engagements ~2–10/yr; minor interactions ~50–250/yr; cross‑functional teams ~5–30; studies ~5–25/yr; dashboards/tools ~2–10/yr
- Illustrative SME/specialized expertise support: ~300–3,000 hours/yr (planning context)
- All activities, deliverables, staffing, schedules, and funding must be defined in AFOSR‑approved Project Plans; Task Areas do not guarantee work or funding
J-4-NRO_SOO.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 3) of the NRO Collaborative Project Order (CPO) SOO. The CPO frames the Partnership Intermediary as a non-inherently governmental facilitation mechanism to support NRO technology awareness, early-stage transition, commercialization-adjacent engagement, and ecosystem coordination under AFOSR direction; work is executed only via AFOSR-approved Project Plans and must comply with IC/DoD/DAF authorities and security requirements.
- Sponsor/mission: National Reconnaissance Office (NRO) CPO under the AFOSR PIA (mission partner role).
- CPO purpose: enable Government-directed technology transfer, early-stage transition, commercialization-adjacent engagement, and ecosystem coordination for NRO priorities.
- Execution model: Partnership Intermediary acts as non-inherently governmental facilitator — provides facilitation, analytics, coordination, engagement, but not decision-making or inherently governmental functions.
- Governing authority: AFOSR is sole Government authority for direction, approval, prioritization, and acceptance of work; all activities require AFOSR-approved Project Plans.
- Task Areas: Government may activate Task Areas 1–8 (Partnership Dev; T3 & Market Intel; STEM/workforce; Technical studies; Data tools; Program mgmt & events; Outreach; Other T3-aligned support).
- Additional Capabilities: A.1–A.6 (e.g., collaboration environments, ecosystem support, data-enabled insights, comms platforms, special capabilities) may be used when directed and are not standalone priced items.
- Scope constraints: Activities are facilitative/awareness-focused and do not authorize acquisition, operational adoption, or obligate Government to specific vendors or fielding decisions.
- Deliverables/governance: PI supports governance by preparing materials, facilitating coordination, tracking actions; reporting/deliverables governed by Project Plans and attachments; illustrative activity levels provided for proposal development only (not guarantees).
- Proposal relevance: Section includes illustrative activity ranges to guide proposal development; emphasizes compliance with applicable security and community policies (implies security controls and IC/DoD constraints).
J-5 - Model Agreement - PIA TCs.docx
Download
No summary recorded for this document.
J-6 - Model Agreement - CPO TCs.docx
Download
No summary recorded for this document.
J-7 Reporting_Deliverables_Matrix.docx
Download
No summary recorded for this document.
J-9 Key_Personnel_Requirements.docx
Download
No summary recorded for this document.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 6659
Notice lineage:
- e9367b68b2dd43c083e4808b779ac008 (posted 2026-03-30) - current
- 02b5cb67bc71428cbba79983934faf14
- 71a77a68419d42c2ad54091822568c78
- 86c1c9e213c347d79b350f29b0d7e5b8
- d3d8bfea4da64dada93872c1b2277327
Last synced: 2026-03-31T11:26:04.688765+00:00
Last analyzed: 2026-03-30T22:46:29.509212+00:00
Latest package fingerprint: 6931939f6f383574863209765da247f05122c503bde7bd9b55e33b84ee4c1db8
Latest package notice: e9367b68b2dd43c083e4808b779ac008
Latest package documents: 18
Evidence limitations- AFOSR PIA RFP FA955026RPIA1 2026.docx: partially reviewed (too large)
- AFOSR PIA RFP Responses to Questions.pdf: partially reviewed (too large)
- Attachment P - Price Proposal Template.xlsx: partially reviewed (too large)
- J-0-Umbrella_PIA_SOO.docx: partially reviewed (too large)
- J-1 AFRL_AFOSR_SOO.docx: partially reviewed (too large)
- J-2-SSC_SOO A Chantilly.docx: partially reviewed (too large)
- J-2.1-SSC_SOO B Colorado Springs.docx: partially reviewed (too large)
- J-3-AFCENT_SOO.docx: partially reviewed (too large)
- J-4-NRO_SOO.docx: partially reviewed (too large)
- 2026-03-30T22:41:34.115223+00:00: e9367b68b2dd43c083e4808b779ac008 with 18 docs
- 2026-03-30T18:20:09.121664+00:00: e9367b68b2dd43c083e4808b779ac008 with 18 docs
Labels
Human notes
No human notes yet.