SOURCES SOUGHT
R -- Technology Transfer and Transition (DAF/T3) & Directorate Level Support
- Notice Date
- 6/12/2025 11:33:53 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
- ZIP Code
- 45433-7541
- Solicitation Number
- FA239625CXXXX
- Response Due
- 6/30/2025 9:00:00 AM
- Archive Date
- 07/15/2025
- Point of Contact
- Romel Murray, Doug Palomaki, Phone: 9377516448
- E-Mail Address
-
romel.murray@us.af.mil, douglas.palomaki.1@us.af.mil
(romel.murray@us.af.mil, douglas.palomaki.1@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The AFRL/SP and DAF/T3 program office has the requirement to increase the use of T3 mechanisms, increase the number of patents and intellectual property, and increase metrics across the Air Force. The DAF/T3 program office is charged to fully execute the goals of the U.S. Secretary of the Air Force (SecAF) and AFRL Commander (AFRL/CC) to transition technology to the warfighter in the most efficient and effective way possible. The goals are to facilitate technology insertion into Department of the Air Force acquisition programs and increase private sector commercialization of DAF research and development. This is a Sources Sought (SS) / Request for Information (RFI). This is not a pre-solicitation or solicitation or Request for Proposal (RFP) and is not to be construed as any commitment by the Government. This notice does not obligate the Government to award a contract and or pay for any bid and/or proposal preparation costs. The Government will not accept proposals at this time. This notice is not an offer by the Government to enter into a contract. Interested Small Business concerns must identify to the contracting officer their interest and capability to satisfy the Government's requirement by closing date listed. Responses will allow the Government to conduct an initial review of market capabilities in support of requirements identified in attached Statement of Work. SUBMISSION DETAILS: All interested parties are encouraged to submit a response to this SS/RFI announcement. Responses should address the following questions: 1. Company name, cage code, address, point of contact, phone number, and email address. 2. Identification of whether the company is currently designated as a Small Business as defined in FAR Part 19.1 and the appropriate category (i.e. 8a,HubZone, etc.). 3. Company description of relevant capability and experience to provide the identified item. A brief history of the organization. 4. Company's potential teammates/subcontractors (if required to ensure success). 5. What, if any, risks or unknowns would hinder industries ability to meet the requirements? The Government encourages you to submit any additional comments or suggestions that you would like to share. Capability package responses and questions shall be sent electronically to the primary and/or alternate Points of Contact. Please be advised that all submissions become Government property and will not be returned. This requirement is a new requirement, but most of the work in the Performance of Work Statement may have been performed on previous Government contracts that our contracting office does not have access to. As such, there is no incumbent information that can be provided.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15a1cf01ca91465e8eddd2dff72f57a8/view)
- Place of Performance
- Address: Dayton, OH 45469, USA
- Zip Code: 45469
- Country: USA
- Zip Code: 45469
- Record
- SN07476350-F 20250614/250612230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |