DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) IN ACCORDANCE WITH (IAW) REVOLUTIONARY FEDERAL ACQUISITION REGULATION OVERHAUL (RFO) 15.101(c). SUBMITTING INFORMATION IN RESPONSE TO THIS RFI IS STRICTLY VOLUNTARY. ANY INFORMATION OBTAINED IN RESPONSE TO THIS RFI WILL BE USED TO INFORM THE ACQUISITION STRATEGY FOR A POTENTIAL FUTURE REQUIREMENT. THIS RFI IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THE GOVERNMENT IS NOT SOLICITING PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE U.S. GOVERNMENT WILL NOT PAY FOR ANY INFORMATION REQUESTED OR ANY COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE RESPONDENT'S OWN EXPENSE.
1.0 Introduction and Purpose
The Government is conducting market research IAW RFO 10.001 to identify potential sources and subcontracting opportunities with the expertise, capabilities, experience, and necessary data to competently and competitively respond to all requirements to provide comprehensive operations, maintenance, and logistics support for a fleet of Government-Owned, Contractor-Operated (GOCO) aircraft.
2.0 Background
The Government requires a contractor to provide flight operations, maintenance, and contractor logistics support for a fleet of aircraft used for tactical airborne Intelligence, Surveillance, and Reconnaissance (ISR). The requirements may involve supporting operations at both Continental United States (CONUS) or Outside of the Continental United States (OCONUS) locations, which may include remote, primitive, or austere environments.
The contractor will be responsible for the full lifecycle of support for these assets, including aircraft reconstitution and modernization, training support, mission operations, and sustainment. Operations may be required 24 hours a day, 365 days a year, often with short-notice mission tasking. The support model may include a single main operating location, multiple main operating locations, or a “Hub and Spoke” concept with a main operating hub supporting forward operating locations.
3.0 Summary of Requirements
To meet requirements, the contractor will be required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision necessary to perform the following key functions:
- Program Management: Provide overall management of the program, personnel, planning, quality control, and contract performance. This includes financial and progress reporting, configuration management, and hosting program reviews.
- Flight Operations: Provide qualified and current pilots for CONUS or OCONUS missions. Operate aircraft in accordance with all applicable regulations and government-approved procedures. Support includes test flights, training, ferry flights, and operational missions in potentially hazardous environments.
- System Maintenance and Sustainment: Perform all scheduled and unscheduled maintenance for the aircraft and their primary mission equipment (PME). This also includes establishing a corrosion prevention program and managing parts obsolescence.
- Logistics Support: Provide comprehensive logistics, including maintaining a spares inventory, managing Government Furnished Property (GFP), and handling all shipping requirements. This includes establishing a "fly-away" support kit for rapid deployment.
- Mission Equipment Operations: Provide qualified Airborne Sensor Operators (ASOs) to operate all mission systems and act as mission coordinators.
- Security: Adhere to all U.S. Government security regulations. Personnel may be required to hold security clearances up to the Top Secret/Sensitive Compartmented Information (TS/SCI) level. The contractor must manage a secure facility and ensure aircraft are handled as Tactical Sensitive Compartmented Information Facilities (TSCIF).
- Cybersecurity: Implement and maintain cybersecurity standards for all information systems in accordance with Department of Defense (DoD) directives, including the Risk Management Framework (RMF).
- System Integration and Upgrades: Respond to Government requests for system upgrades, modifications, and engineering changes. This includes performing technical studies, providing engineering drawings, and supporting a full range of test and evaluation (T&E) and airworthiness certification activities.
Key Performance Thresholds:
- Operational Availability (Ao): Maintain a Fully Mission Capable (FMC) rate of ≥ 90% and a Mission Capable (MC) rate of ≥ 95%.
- Mission Tasking Ratio (MTR): Maintain a ratio of mission hours flown to mission hours assigned of ≥ 90%.
4.0 Information Requested from Industry
Respondents are requested to provide a response, not to exceed 10 pages, that addresses the following questions regarding your company’s relevant experience and capabilities:
- Corporate Experience:
- Briefly describe your company and the nature of the goods and services you provide.
- Provide a brief overview of your company’s experience managing programs of scope and complexity involving the requirements stated herein and particularly involving GOCO ISR aircraft. Provide contract numbers, a brief description of the work performed, periods of performance, agency supported, and contact information for the Contracting Officer and/or Program Manager.
- Operational Approach:
- Describe your approach to staffing and training pilots, sensor operators, and maintenance personnel to meet the high operational tempo and specialized mission requirements.
- Explain your methodology for achieving and maintaining high Operational Availability (Ao) and Mission Tasking Ratio (MTR) rates.
- Detail your experience operating in an operational environment (OCONUS), providing specific examples of locations and the logistical challenges your company overcame.
- Describe your experience supporting multiple operational locations and your capability to deploy and sustain missions from forward operating locations on short notice (e.g., 24-72 hours). Include a description of your company’s methodology for managing a “fly-away” support kit, including its typical contents and how it is maintained for immediate deployment.
- Technical Capability:
- Describe your company’s engineering capabilities related to system integration, modernization, and modification of aircraft and complex sensor suites.
- Detail your experience with the airworthiness certification process, particularly for obtaining Military Flight Release (MFR) for modified aircraft.
- Describe your capabilities and experience with cybersecurity, including implementing the Risk Management Framework (RMF) and achieving an Authority to Operate (ATO).
- Security:
- A high-level security clearance (TS/SCI) is required. What is your company’s facility clearance level?
- Describe your experience managing personnel with high-level security clearances (TS/SCI) and your ability to staff a program with these requirements.
- Describe your experience managing and operating from a Sensitive Compartmented Information Facility (SCIF) and/or a Tactical SCIF (TSCIF), including any lessons learned from past implementation.
- Business Information:
- Provide your company name, address, CAGE code, and business size status (e.g., Small Business, Large Business), including for any teaming or joint venture partners.
- Please provide a primary point of contact, including name, title, phone number, and email address.
5.0 Response Instructions
- All respondents must be registered in the SAM database.
- Written responses shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement.
- Responses shall be limited to 10 pages, 8.5in x 11in pages, in English, 12-point font, Times New Roman, with 1-inch margins.
- The response shall be provided in searchable ADOBE ACROBAT (pdf.) format.
- Responses should be submitted electronically to tiffany.baldasare@us.af.mil and elizabeth.otis@us.af.mil no later than 05 June 2026, 5:00pm EST.
- The subject line of the email should read: “Response to RFI [Insert RFI Number].”
- Proprietary information, if any, should be clearly marked. All information received in response to this RFI that is marked “Proprietary” will be handled and protected as such.
- Entities responding to this RFI are advised that participation is voluntary and does not ensure involvement in any future solicitations or awards. The USG shall not reimburse any entity or individual for any expenses associated with any response to or participation in this RFI. Respondents are solely responsible for all expenses associated with or otherwise incurred as a result of responding to this RFI.
6.0 Contracting Office Address:
Attn: Tiffany Baldasare and Elizabeth Otis
2530 Loop Road West, Bldg 556
Wright Patterson AFB, Ohio 45433-7148
United States
tiffany.baldasare@us.af.mil
elizabeth.otis@us.af.mil