Loading...
PCOL-26-EPAWSS
Response Deadline
Jun 1, 2026, 8:00 PM(EDT)17 days
Eligibility
Contract Type
Sources Sought
The Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Fighters & Advanced Aircraft Directorate (AFLCMC/WA), F-15 System Program Office (AFLCMC/WAQ), Wright-Patterson Air Force Base (WPAFB) is seeking sources for the procurement of the F-15 Eagle Passive Active Warning Survivability System (EPAWSS).
INTRODUCTION:
This is a SOURCES SOUGHT ANNOUNCEMENT to acquire EPAWSS, an integrated Electronic Warfare (EW) suite designed to replace the legacy federated F-15 Tactical Electronic Warfare System (TEWS). The system must improve system reliability and provide 360-degree integrated Radar Warning, Electronic Countermeasures, and Expendable Capabilities to detect, identify, locate, deny, degrade, deceive, disrupt, and defeat threat systems in highly contested environments.
In accordance with FAR Part 10, Market Research, AFLCMC/WAQ is seeking information for potential sources for an Eagle Passive Active Warning Survivability System.
This publication is intended to elicit responses from sources with knowledge, skills, data, equipment, proper facilities and the capacity to meet the Air Force’s requirements. The dollar value and period of performance (PoP) for the contract will be commensurate with the requirement. This contract effort is subject to FAR 52.232-18, Availability of Funds.
1.1 SOURCES SOUGHT INFORMATION
1.2 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISTION APPROACH.
1.3 REQUIRED CAPABILITIES:
Interested firms should submit information as to the capabilities, capacity, and experience to provide the EPAWSS as set forth below:
Discriminating Technical Capabilities & Subsystem Integration
To demonstrate capability, the source must possess proprietary technical data, manufacturing capability, and existing integration knowledge to provide the following:
Specific Hardware Components (Group B Kits)
The capable source must have the immediate manufacturing and testing capabilities to produce the specific LRUs and Line Replaceable Modules (LRMs) that comprise the Eagle Passive Active Warning Survivability System, including but not limited to:
Facility, Security, and Testing Discriminators
Interested parties must currently possess or have immediate access to the following specialized facilities and equipment to perform the work without causing unacceptable schedule delays:
1.4 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE (NAICS):
The anticipated NAICS Code is 334511; the corresponding Small Business size standard in 1250 employes. If the NAICS Code or Small Business size standard appears to be incorrect, please suggest an alternative NAICS Code and Small Business size for consideration.
1.5 SUBMISSION DETAILS:
Vendors interested in responding to this announcement should submit an UNCLASSIFIED technical capabilities statement paper via email NO LATER THAN 1 JUNE 2026, 1600 ET, to the Contracting Officer, Stephannie Siembab at stephannie.siembab@us.af.mil. NO PHONE CALLS WILL BE ACCEPTED. CLASSIFIED information will NOT be accepted. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to five (5), 8.5 x 11-inch pages with no smaller than 12-point font. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It is the submitter’s sole responsibility to verify the e-file was received and can be viewed.
All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non- disclosure agreement and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not property identified.
1.6 RESPONSES SHALL INCLUDE:
NOTE: Submissions are limited to the equivalent of five (5), 8.5 x 11-inch pages with no smaller than 12-point font.
1.7 QUESTIONS:
Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer, Stephannie Siembab at stephannie.siembab@us.af.mil. Verbal and phone questions will NOT be accepted. Answers to questions will be posted on SAM.gov website. Questions shall NOT contain proprietary or classified information.
1.8 SUMMARY:
THIS IS A SOURCES SOUGHT to identify potential sources that can provide the EPAWSS. The information provided in this announcement is subject to change and is not binding on the Government. The Department of Air Force has not made a commitment to procure any of the supplies/services discussed and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
Trinity Thomas
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
FIGHTER AND ADVANCED AIRCRAFT
FA8634 AFLCMC WAQK F15
FA8634 AFLCMC WAQK F15
CP 937713631
2725 C ST BLDG 553
WRIGHT PATTERSON AFB, OH, 45433-7424
NAICS
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC
ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT