Opportunity
SAM #RFI-RFZF-B001
Technology Prototyping and Testing Services for AFRL EPIC Initiative
Buyer
AFRL RIK
Posted
April 27, 2026
Respond By
May 12, 2026
Identifier
RFI-RFZF-B001
NAICS
541330, 541512, 927110, 541715
This opportunity seeks coordinated technology prototyping and testing services for the Air Force Research Laboratory (AFRL) under the Enterprise Prototype Initiative Consortium (EPIC). - Government Buyer: - Air Force Research Laboratory (AFRL), Information Directorate, Rome, New York - Department of Defense, Air Force Materiel Command - OEMs and Vendors: - No specific OEMs or vendors are named; focus is on consortiums and management firms - Products/Services Requested: - Technology prototype solutions for AFRL mission areas (cyber operations, open system architectures, space domain technologies, computing advancements) - Project Level Orders for software, hardware, technical data, technical information reports, maintenance, system administration, engineering analyses, security documentation, financial/progress reports, presentations - Development, testing, evaluation, demonstration, integration, and delivery of prototypes - Operational test and evaluation, prototype support, collaboration with government and consortium members - Unique/Notable Requirements: - Structured as an Other Transaction Agreement for Prototype (OTA) Consortium Level Agreement - Milestone-based payments and performance-based acquisition - Closed to foreign participation; U.S. entities only - Awards may require TS/SCI clearance - Emphasis on cybersecurity, data protection, and operational testing - Respondents must demonstrate experience managing OTA Consortium Agreements, quality control, risk management, and security practices - No specific part numbers or firm quantities listed; focus is on services and prototype development - Place of performance and contracting office: AFRL RIK, Rome, New York
Description
RFI/Special Notice:
This Request for Information is for planning purposes only. The information obtained from responses to this notice may be used to inform a future acquisition strategy and a solicitation should one be issued. No funds are available to fund the information requested. The Government does not intend to award an agreement on the basis of this request or otherwise pay for the information solicited.
Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
Purpose:
The purpose of this Request for Information (RFI) is to gather information from Consortiums and/or Consortium Management Firms and will be used for market intelligence purposes.
Description:
The Air Force Research Laboratory (AFRL) has a requirement to continue to provide technology prototypes to the warfighter. This will support the timely delivery of new technology and capability to the Air Force. This process can be used to enhance the way Air Force systems perform and provide an agile adaptation and integration of new capability prototypes. The Government is looking to start an AFRL Enterprise Other Transaction for Prototypes (OTP) Consortium Level Agreement to provide these OT Indefinite Delivery Vehicle (IDV) technology solutions by issuing Project Level Orders (PLOs) under the Umbrella Consortium Level OTP Agreement.
Sources are sought to promote an early exchange of information with industry and to solicit comments. We encourage feedback on how the Government can best satisfy its needs, any alternatives we can consider, and how competition can be obtained. Your response is voluntary and will be safeguarded. The Government does not intend to award an agreement on the basis of this request or otherwise pay for the information solicited.
The Other Transaction (OT) Lead’s deliverables are expected to consist nearly entirely of reports (i.e., Quarterly Financial Reports, Monthly Technical Status Reports, Technical Information Reports, etc.), although it is possible that in unique situations the OT-lead could be responsible for the delivery of software, hardware, or technical data. Project-Level Performers within the Consortium will be expected to deliver technical solution prototypes, consisting of software, hardware, and/or technical data. Anticipated deliverables include: technical information reports; maintenance and system administration services; computer software; software documentation; software and technical engineering analyses; security documentation; financial and progress reports; presentations and hardware. Refer to the draft Statement of Work (SOW).
Limitations of OTP Authority
Appropriate Use of Authority.—(1) The Secretary of Defense shall ensure that no official of an agency enters into a transaction (other than a contract, grant, or cooperative agreement) for a prototype project under the authority of this section unless one of the following conditions is met:
(A) There is at least one nontraditional defense contractor or nonprofit research institution participating to a significant extent in the prototype project. (B) All significant participants in the transaction other than the Federal Government are small businesses (including small businesses participating in a program described under section 9 of the Small Business Act (15 U.S.C. 638)) or nontraditional defense contractors. (C) At least one third of the total cost of the prototype project is to be paid out of funds provided by sources other than the Federal Government. (D) The senior procurement executive for the agency determines in writing that exceptional circumstances justify the use of a transaction that provides for innovative business arrangements or structures that would not be feasible or appropriate under a contract, or would provide an opportunity to expand the defense supply base in a manner that would not be practical or feasible under a contract.
Anticipated Award Structure
The Government anticipates that EPIC will be awarded as an Other Transaction Agreement for Prototype (OTP), as authorized under Title 10 U.S.C. §4022. The resulting award is expected to be an OT Indefinite Delivery Vehicle (IDV) with an unspecified ceiling value, project ordering period of 120 months, and project performance allowed up to 24 months after project ordering end date. The OTP will have multiple Project-Level Orders (PLOs) awarded on a Firm Fixed Price basis. The IDV agreement is for services that do not procure or specify a firm quantity of services and that provides for the issuance of orders for the performance of tasks during the period of the Agreement. The increments and dollar threshold will be determined by each Mission Thread, with pricing based on the outcome of project-level competitions, conducted throughout the term of the Agreement. Despite the Firm Fixed Price nature of the Agreement, the successful Offeror will need to identify an accounting system that is capable of tracking the receipt and disbursement of Government funds. Upon successful completion of the Project-Level Agreements under a Project-Level Order, there could be potential for a sole-source, follow-on production OT or contract. Follow-on production OT or contracts will be determined on a project-by-project basis in accordance with the guidance provided in the Other Transactions Guide (OUSD (A&S)), 2023, applicable law, and policy.
This procurement is a performance-based services acquisition. A period of performance of 120 months is anticipated.
Project Level Orders are anticipated as Firm-Fixed Price agreements with milestone-based payments.
Engineering Change Proposals (ECPs) will be considered during performance of a PLO.
Additional Agreement Terms and Conditions:
Foreign Disclosure review is in process. It is contemplated this Other Transaction Agreement is closed to foreign participation at the OT lead level as well as the Project Level Performer Level.
Foreign Ownership, Control or Influence (FOCI): companies who have mitigated FOCI may inquire as to eligibility by contacting the Agreements Office focal points, Catherine Hulser, Agreements Officer, catherine.hulser.1@us.af.mil or Erica Ogundadegbe, Agreements Officer, erica.ogundadegbe@us.af.mil for verification. Please reference the title of the acquisition. Overall effort will allow awards up to and including TS/SCI level with an appropriate DD254 in place. Similar language and instruction will be included in each Project Level Order Project Announcement solicited under EPIC.
Base Support will be on a project level order basis.
Submission Instructions:
Responses to this RFI will be used for market intelligence purposes. There must be a reasonable expectation that responses will be obtained from at least two responsible Consortium Management Firm concerns. For the R&D work there must also be a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands outlined in the Draft Statement of Work for the best mix of cost, performance, and schedules.
Reply by email to matthew.shaver.1@us.af.mil, erica.ogundadegbe@us.af.mil & catherine.hulser.1@us.af.mil in a document not exceeding 10 pages, Microsoft Word or PDF files are preferred. Describe your organization’s ability to meet the technical requirements in the draft SOW. Please do not simply restate the technical requirements in your response.
Please reference question number with each response.
Please provide sufficient information and references to describe the majority level of knowledge and/or experience running and managing an Other Transaction Authority (OTA) Consortium Agreement for the following technologies: See Attachment No. 1, Draft Statement of Work (SOW) paragraphs and Appendix No. 1 EPIC technology areas Include a brief description of your organization’s quality control, risk management, and security practices as it relates to consortium management and applied to this requirement. Describe the experience and qualifications of personnel and other organizational resources in relation to the below: That would be used to meet the management of the technical requirements. Provide information describing the level of knowledge and capabilities in providing OT Management. Please address the availability of personnel with security clearances, to include TS/SCI and Secret/Collateral and how your organization proposes fulfilling potential positions during performance. Identify up to three (3) previous or ongoing efforts with Government, commercial, academic, or other customers performed within the last three (3) years which are relevant to the requirements provided by a consortium manager. Include a brief description of the work, an explanation of its relevance to the technical requirements, and the performance period, value, and current customer points of contact. Indicate any factors concerning your organization’s ability to fulfill the technical requirements. Indicate if your organization intends to submit a proposal in the event that a solicitation is issued for the attached technical requirements. Indicate whether your company is a foreign-owned/foreign-controlled firm and if you contemplate the use of foreign national employees on this effort? Indicate your company's business size status.
Responses should identify any current or potential future regulatory and / or security concerns which could impact your company’s ability to perform on the upcoming effort.
It is important to note that this Request for Information is not a Request for Proposal. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award an agreement or contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Request for Information is voluntary. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of performer submission of responses or the Government’s use of such information.
Responses:
Due 15 calendar days after release.
Points of Contact:
Agreement Officer Representative (AOR) Matthew Shaver Ph: 315-330-3295 Email: matthew.shaver.1@us.af.mil
Agreements Officer: Erica Ogundadegbe Ph: 315-330-3945 Email: erica.ogundadegbe@us.af.mil
Agreements Officer: Catherine Hulser Ph: 315-330-2287 Email: catherine.hulser.1@us.af.mil