Loading...
RFI_MBMTRS_FA2330_Phase3
Response Deadline
Apr 29, 2026, 7:00 PM(EDT)16 days
Eligibility
Contract Type
Sources Sought
This is a Request for Information (RFI) only, which as part of market research, is being issued in accordance with (IAW) Revolutionary Federal Acquisition Regulation Overhaul (RFO) part 10. This is not a solicitation/Request for Proposal, a Request for Quotation, an Invitation for Bids, or a solicitation and no contract shall be resultant from this synopsis, Aerospace Management Systems Division (AFLCMC/ESA) will not pay respondents for information provided in response to this RFI. The Air Force Life Cycle Management Center's (AFLCMC) Electronic Systems Directorate, Aerospace Management Systems Division (ESA), Air Traffic System Branch (ESAA) Program Management Office (PMO), as a Technology Project on the investment master list (IML), located at Hanscom Air Force Base (AFB), Massachusetts is requesting information from industry to assist in the planning for the future acquisition of a Multifunction Tactical Radar System (MTRS).
Phase 1 of the Other Transaction Agreement (OTA) for MTRS, which was awarded on 23 February 2024, was completed during February 2025 and currently Phase II is underway with planning to end FY Q4 2026. This RFI is to continue on-going market research to understand and keep in touch with industry base. MTRS is being developed to execute four missions, which are: (1) ATC surveillance, (2) Battle Management Command and Control (BMC2), (3) Unmanned Aircraft Systems (UAS) and (4) Weather Sensing.
The Government encourages industry partners to supplement their formal response by identifying any existing system, subsystems and/or major components (e.g., AESA panels, T/R modules, resource manager) that are representative of their proposed design and meet MTRS packaging and transport requirements (e.g., fit, form and function). Please provide this information within five working days of receiving this RFI, so we can arrange further discussions to evaluate the components' applicability and determine the next steps.
The Government is looking for responses to the below questions for potential complete or partial system solutions or enabling technologies. Please respond to the best of your ability to as many questions as possible. Solutions should be actionable within the next year (FY2027). Also, address your ability to manufacture and deliver initial pre-production unit(s) (PPUs) in 29 months after award.
DESCRIPTION: The Department of War (DoW) transformation vision relies heavily on more expeditionary and agile joint forces which in turn places increased emphasis on aviation assets for deployment, employment, sustainment, and redeployment. To support this vision, the Air Force requires the ability to launch and recover sorties from an agile network of airbases with varied capabilities in all weather conditions while also providing localized situational awareness for the protection of those airbases. Future ATC systems adaptability is critical to meet short and enduring missions. The MTRS shall detect airborne targets and produce data for varied systems to enable timely and relevant BMC2 actions (Air Traffic and Airspace Control) and defensive decisions against threats. The MTRS shall provide real-time Doppler weather information including Next Generation Weather Radar (NEXRAD) Level II base products (reflectivity, mean radial velocity, and spectrum width) that are crucial for meteorological analysis and weather forecasting. The MTRS sensors shall support all four (4) mission functions individually and simultaneously. The MTRS shall provide the scalable sensor coverage for rapid decision-making and improve situational awareness needed to support Adaptive Operations in Contested Environments (AOiCE). To support the emerging AOiCE Concept of Operations (CONOPs), the MTRS shall be capable of withstanding world-wide deployable environmental conditions and the unique rigors of repeated world-wide deployable cycles in a reliable and sustainable manner.
EXPECTED MINIMUM PERFORMANCE: The Air Force requires the ability to launch and recover sorties from an agile network of airbases with varied capabilities in all weather conditions while also providing localized situational awareness for the protection of those airbases. In order to execute the scheme of maneuver inherent with Agile Combat Employment (ACE) while contributing to the theater sensing grid in support of Advanced Battle Management System (ABMS), lightweight multifunctional sensors are required. These sensors must enable effective terminal ATC, airspace warning, weather processing, BMC2 and response to threats operations while supporting the maneuverability and survivability required. As a multifunction platform, MTRS is intended to reduce the volume of logistical support for inter/intra theater airlift, supply chains, and support personnel and result in a reduction of electromagnetic interference from disconnected/independent systems trying to work simultaneously.
The MTRS must be highly configurable and capable of performing the defined mission functions simultaneously to the greatest extent:
Definitions:
2.Transport: The MTRS, when configured for transport, shall be capable of being transported via military cargo aircraft, ground transport by semi-trailer flatbed trucks, military trailers and trucks, railcar, military sea-going vessels and sling load transport via military helicopters (CH-47).
MTRS is expected to be transported via helicopter sling load, fixed-wing aircraft, ocean-going ship, rail and ground vehicle(s) and shall withstand these transports without damage. Some of these transport conditions include:
The MTRS, when configured for transport, shall be capable of roll-on/roll-off (RO/RO) from Large Medium Speed Roll-on/roll-off (LMSR) ships and no more than two C-130J-30 aircraft. When configured for transport, the MTRS’ footprint, including generator sets, and all other needed ancillary equipment, shall be no larger than ten 463L pallet positions (excluding the ramp position); i.e., seven positions in the first aircraft and three positions in the second aircraft.
The overall transport weight, including the weight of four personnel and their associated gear (total of 1,400 lbs.), shall not exceed the C-130J-30 peacetime payload weight limit of 34,000 pounds. IAW DTR 4500.9-R, Part iii, Appendix V and maintain aircraft walkway clearances IAW MIL-STD-1791.
The system shall be capable of single apex top lift for crane loading. The system shall tolerate vibration and shock induced loading during all transport modes identified herein, including rail impact and Type IV ground mobility as defined in SAE AS8090.
3. Setup and Configuration: Setup time for MTRS using four technicians shall take no more than four hours once the equipment is emplaced.
4. Power: The MTRS shall operate using external power including power transmitted at nominal frequencies of 50 and 60 Hz and at voltages throughout the nominal ranges of 100 to 130 VAC and 200 to 260 VAC.
5. Environmental Conditions: The MTRS shall be operable in all parts of the world and in most environmental conditions. Some of the more extreme operating conditions include:
6. Operational Reliability and Maintainability: The MTRS shall provide the following Reliability and Maintainability performance:
REQUEST: Request vendors provide potential MTRS solutions which vendors believe fit the above criteria. The government would prefer a Commercial-Off-The-Shelf (COTS) solution. However, market research to date has shown that some level of development may be required.
Please provide responses to as many of the tasks listed below as possible. Address your capabilities to accomplish part or all the below tasks and provide highlights of successful past experience on similar government contracts within the past five (5) years.
Submissions should be delivered via DoW’s Safe Access File Exchange (SAFE) website at https://safe.apps.mil/. Since unauthenticated users (Non-DoW Personal Identity Verification (PIV) certificates) must receive a drop-off request from a DoW user, please notify the Contracting Officer/Agreements Officer Ms. Tiffany N. Hinson (tiffany.hinson.1@us.af.mil) of your company’s intent to deliver a response. You will be provided with a “Drop-off Request” which you will use to submit your files. The Drop-Off Request will be valid for 14 days. For additional guidance, please see the SAFE website at https://safe.apps.mil/.
Responses to this RFI are requested by close of business on 29 April 2026. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. To the maximum extent possible, please submit nonproprietary information. Any proprietary information submitted should be identified as such and will be handled accordingly and protected from disclosure. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government shall not be liable for damages related to proprietary information that is not properly identified. Any submissions in response to this RFI constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center (FFRDC) Contractor employees, and Advisory & Assistance Services (A&AS) Contractor employees supporting the Air Force AFLCMC/ESA who have signed Non-Disclosure Agreements (NDA) – unless the respondent clearly objects in writing to the release of this information to FFRDC and/or A&AS Contractor employees in a cover letter accompanying the respondent’s submission. All Government and DoW contractor personnel reviewing RFI responses understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information. All correspondence related to this matter should be e-mailed to:
Contracting Office Address:
AFLCMC/ESAK
75 Vandenberg Drive
Hanscom Air Force Base (AFB), MA 01731-2103 United States
Primary Contracting Point of Contact:
Tiffany Hinson Contracting Officer tiffany.hinson.1@us.af.mil
Phone: 1 380-456-6643 (TEAMS)
Secondary Contracting Point of Contact
Robert Sullivan Contract Specialist
Robert.Sullivan.39@us.af.mil
Primary PM Point of Contact:
Mike Robblee Program Manager
Michael.robblee.3@us.af.mil Phone: 1-380-456-4925 (TEAMS)
Robert Sullivan
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
ELECTRONIC SYSTEMS
FA2330 ARSPC MGNT SYSTMS AFLCMC/HBA
FA2330 ARSPC MGNT SYSTMS AFLCMC/HBA
CP 7812251107
75 VANDENBERG DRIVE BLDG 1630
HANSCOM AFB, MA, 01731
NAICS
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC
MISCELLANEOUS COMMUNICATION EQUIPMENT
Set-Aside
No Set aside used