Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SOURCES SOUGHT

J -- Airborne Warning and Control System (AWACS) Enterprise Contracting Effort

Notice Date
6/13/2025 11:42:17 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA2363 FMS AWACS AFLCMC/HBI HANSCOM AFB MA 01731 USA
 
ZIP Code
01731
 
Solicitation Number
FA2363-25-R-B004
 
Response Due
6/29/2025 2:00:00 PM
 
Archive Date
07/14/2025
 
Point of Contact
Brett Clemens, Phone: 7812255722, Allison Eacrett
 
E-Mail Address
brett.clemens.1@us.af.mil, Allison.eacrett@us.af.mil
(brett.clemens.1@us.af.mil, Allison.eacrett@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Request for Information for Airborne Warning and Control System (AWACS) Enterprise Contracting Effort Battle Management Command & Control Division AFLCMC/WIM 3 Eglin Street Hanscom AFB, MA 01731-2100 Program Manager: Mr. Christopher Cerovac Contracting Officer: Mr. Brett Clemens Description This is a Request for Information (RFI) as defined in FAR 15.201(e). This RFI is issued to identify qualified sources that can maintain and operate the current AWACS E-3 & E-767 System Labs and ongoing/future integration efforts for the E-3 and E-767 platforms. In accordance with (IAW) FAR 52.215-3, Request for Information or Solicitation for Planning Purposes, this RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (SAM.GOV) website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Background The AWACS E-3 and E-767 System Labs infrastructure supports development, production, and sustainment programs during system and sub-system testing at Boeing Field, Seattle, WA, and Boeing Oklahoma City, OK. Tinker AFB which has emerged as a central hub for AWACS operations and sustainment as part of a broader strategy to consolidate AWACS support and maintenance activities at Tinker AFB. The lab assets also support multiple international AWACS projects on a maintenance fee basis, including projects for France, Saudi Arabia, the United Kingdom, Japan, and North Atlantic Treaty Organization (NATO) efforts. This allows the U.S. government to leverage the capabilities of the AWACS System Labs to provide support and services to key international partners and allies who operate the AWACS aircraft. The AIL (AWACS Integration Lab) is populated with Government-Furnished Property (GFP) and incumbent-owned capital equipment. The incumbent contractor provides access, environmental, and security functions to ensure the proper operation and maintenance of the lab infrastructure and assets. This allows the government to focus on the technical work while the contractor handles the facility management and support services. Tinker AFB becoming the hub of AWACS support and sustainment is expected to provide several benefits, including closer integration with other AWACS support functions, potential cost savings through economies of scale, and improved responsiveness to the needs of both domestic and international AWACS operators. The government works closely with the incumbent contractor to ensure a smooth transition and minimal disruption to ongoing programs and projects. Description of Requirements The respondent should detail their capabilities in providing scheduled maintenance for air vehicle, flight mission systems, AWACS mission systems and ground systems. Scheduled maintenance activities are forecast and will be updated to the Contractor in advance of each aircraft induction. The Contractor shall accomplish maintenance actions IAW customer technical order procedures, including routine inspections and preventative actions and when applicable, per Scheduled Maintenance processes developed by Contractor. The respondent should be capable of detailing their capabilities of providing unscheduled maintenance support for air vehicle, flight mission systems, AWACS mission systems, avionics, structures, mechanical systems, and ground Support Systems for which the prime contractor or foreign partner does not have knowledge expertise, experience, specialized engineering capabilities, or data that is unique to the OEM. The Contractor should be capable of creating and supporting Ground Operating Procedures (GOP)s and Flight Operating Procedures (FOP)s for AWACS E-3 and E-767 systems. Interested potential sources should respond by identifying their capabilities in providing the scope of work identified above. Respondents must be able to meet the requirements associated with: Lab Support in the AWACS E-3 and E-767 Labs installation of new hardware and software configuration, maintenance, operation, and modification of an AWACS E-3 Labs manage Cyber Security and Physical security in plant perform test and evaluation on the AWACS E-3 and E-767 Labs perform cybersecurity and accreditation tasks on the AWACS E-3 and E-767 Labs in plant Air Vehicle Support for AWACS E-3 and E-767 systems level integration (radar, sensors, communication, mission computing and the ground segment equipment) capability to compliment the GFP aircraft integration & check out aircraft scheduled maintenance aircraft unscheduled maintenance manage, operate, and maintain the AWACS system and sub-system infrastructure develop installation and setup procedures Engineering for AWACS E-3 and E-767 systems perform Engineering and integration analysis document architecture develop and maintain lab scheduling develop test and evaluation procedures subject matter expert support aircraft test conduct aircraft test support tech refresh/DMSMS emerging systems/prototype development recurring engineering services service requirements Logistics for AWACS E-3 and E-767 systems tech order support pilot support training support import/export support Administration for AWACS E-3 and E-767 systems data services travel deliverables Miscellaneous for AWACS E-3 and E-767 systems specialty metals security Respondents to this RFI should provide information on how they would conduct system and subsystem infrastructure activities, overarching weapon system engineering, and integration test engineering. Respondents will detail how they will accomplish a-ff below: strategy to gain access to AWACS System Labs for AWACS E-3 and E-767 systems obtain access to AWACS Specifications, Interface Control Documents (ICDs), and verification methods/data bases used for modernization verification and qualification for the AWACS E-3 and E-767 systems maintain and administer the AWACS Functional Specifications within the infrastructure for the AWACS E-3 and E-767 systems perform E-3 and E-767 systems aerodynamic, electromagnetic interference, and Size, Weight, and Power (SWaP) Analysis conduct engineering, verification, and qualification testing AWACS E-3 and E-767 systems define interface standards/requirements via the Interface Control Working Group (ICWG) for AWACS E-3 and E-767 systems Responses Your response shall not exceed ten (10) 8.5x11 inch, single spaced, single sided pages in length. Responses to this RFI will only be accepted via email. Send your response to the Contracting Officer, Mr. Brett Clemens brett.clemens.1@us.af.mil and Contract Specialist Allison Eacrett allison.eacrett@us.af.mil no later than 15 calendar days after publication of this announcement. Responses must be unclassified. Proprietary information, if any, should be minimized and must be clearly marked. Please be advised that submission will not be returned. Section 1 of your paper shall provide administrative information pertinent to the business unit responding to the RFI. Provide the following Business Unit Information: QUALIFICATION INFORMATION: Company / Institute Name: Address: Point of Contact: CAGE Code: DUNS number: Phone Number: E-mail Address: A statement as to whether your company is large or small business under NAICS code 541380 � Testing Laboratories, size standard $15.0 million dollars. Also indicate if you are: A non-profit entity, a small business, a small, disadvantaged business, Section 8(a) small business, woman-owned small business, a veteran owned small business, service-disabled veteran-owned small business, an economically disadvantaged women-owned small business or a Hub Zone small business. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). The security clearance level of the respondent. Advisory and Assistance Services (A&AS), Specialized Cost Services (SCS) and Federally Funded Research and Development Center (FFRDC) contractors will be reviewing data submitted in response to this RFI. Employees of the companies listed below have standard Non-Disclosure Agreements (NDA) available to the Government contracting offices. If additional NDAs are required, please contact the Contracting Officer 5 days prior to submitting your RFI response. The list of A&AS/SCS/FFRDC contractors at Hanscom AFB includes but is not limited to: Odyssey Systems Consulting Group Oasis Systems LLC Quantech Services Inc. MITRE Corporation Torch Technologies Georgia Tech Research Institute Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer and Contracts Specialists. Verbal questions will not be accepted. Questions will be answered by e-mail; accordingly, questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 7 days of the publication date of this RFI will be answered. Summary THIS RFI IS SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE SOLICITATION. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI, AND RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONSES TO THIS RFI WILL NOT BE RETURNED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/614df3451b364fe0b1db68aea0ae8cb7/view)
 
Place of Performance
Address: Oklahoma City, OK 73135, USA
Zip Code: 73135
Country: USA
 
Record
SN07477633-F 20250615/250613230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.