Opportunity

SAM #FA239626R0075

AFRL Center for Rapid Innovation Support Services – Small Business Sources Sought

Buyer

AFRL PZL

Posted

May 15, 2026

Respond By

June 15, 2026

Identifier

FA239626R0075

NAICS

541611, 541330, 541715

The Air Force Research Laboratory (AFRL) is seeking small business partners to provide comprehensive support services for its Center for Rapid Innovation (CRI), focusing on rapid technology development and urgent warfighter needs. - Government Buyer: - Air Force Research Laboratory (AFRL), Center for Rapid Innovation (AFRL/CRI) - Contracting office: FA2396 USAF AFMC AFRL PZL AFRL PZLE, Wright Patterson Air Force Base, Ohio - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Advisory & Assistance Services (A&AS) to augment AFRL/CRI workforce - Program management, engineering, and administrative support - Key roles include: - Senior Engineer: technical lead for technology-based systems, engineering analysis, test support - Program Support Specialist: task coordination, security compliance, document and COMSEC support - Program Administrative Support: deliverables, proposals, reports, scheduling, budgeting - Senior Program Management Support: contract monitoring, project planning, technical leadership - Senior Program Manager, Rapid Air Vehicle Product Development: prototype management, payload integration, testing - Portfolio, Project, and Process Analysis Support: metrics, schedule and financial tracking, Pentagon support - Surge Capability: additional labor for urgent requirements and flight testing - Unique or Notable Requirements: - Personnel must possess Top-Secret security clearances - Support for rapid innovation projects and urgent warfighter needs - Compliance with Air Force regulatory, environmental, and safety standards - Surge support for flight testing and urgent requirements - Some support may be required at the Pentagon up to two days per week - Set aside for small businesses under NAICS 541715

Description

THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.

Introduction:

This Sources Sought Notice is for informational and planning purposes and shall NOT be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential qualifications of Small Business firms relative to the North American Industry Classification Code (NAICS) 541715, Exception 1.

The requested services will support the Air Force Research Lab’s IT enterprise in their mission to enable collaboration between various labs and sites including partner (contractor and academic institution) sites.

Description of the Requirement:

The Air Force Research Laboratory (AFRL) Center for Rapid Innovation (CRI) requires a highly skilled, multi-disciplinary team of professionals to provide comprehensive program management, engineering, and administrative support.  This program is designed to facilitate rapid technological advancements while ensuring rigorous adherence to Air Force regulatory standards, complex test planning, and mission-critical initiatives like the Annual Commander’s Challenge.  The contractor shall provide personnel with the necessary training, experience levels, and security clearances that are required. 

Classification Level

Contractors must at a minimum possess a Top-Secret security clearance to support program requirements.

Anticipated Procurement Approach:

Small Business Set a Side

Capability Statements:

Request interested parties submit capability statements that demonstrate their ability to meet the requirements outlined in this notice and relevant performance work statement.

Small Business Set-Aside Information:

NAICS Code: 541715

Size Standard: 1,500 employees

Instructions for Responding:

Provide your approach to addressing each section of the tasks as outlined in the attached performance work statement, explain your capability level (explain depth of understanding of the requirement and relevant experience), provide information on your intentions for subcontracting any part of the requirement, past relevant contract performance, identify key personnel, provide information on experience maintaining personnel with the appropriate credentials and security clearances, and a transition plan.

Contractors must include the following information: Points of contact, addresses, email addresses, phone numbers. Identification as a small U.S. business. Please note that size indicated should be based on the NAICS code for this effort listed above. Company CAGE Code and/or DUNS Number. 

In your response, you must address how your product meets the product characteristics specified above.

Submitted information shall be UNCLASSIFIED.

Responses are limited to 7 pages in a Microsoft Word compatible format.

Point of Contact: The provided point of contact can address questions or concerns related to the notice to Stefan Mason at - Stephan.Mason.2@us.af.mil.  

Submission Deadline

Responses should be emailed to Stefan Mason at Stephan.Mason.2@us.af.mil no later than, 15 June 2026 @ 1200 PM EST.  Any questions should be directed to Travis C. McCullough through email.

THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.

View original listing