Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2025 SAM #8543
SOURCES SOUGHT

99 -- Initial Request for Information for Advanced E-7 Integrators and Suppliers

Notice Date
4/15/2025 7:45:44 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA2371 US AWACS AFLCMC/HBS HANSCOM AFB MA 01731 USA
 
ZIP Code
01731
 
Solicitation Number
AFLCMCWIWK_AdvancedE7RFI
 
Response Due
4/22/2025 2:00:00 PM
 
Archive Date
05/07/2025
 
Point of Contact
Olivia Rogers, Urban Soul
 
E-Mail Address
olivia.rogers.3@us.af.mil, urban.soul@us.af.mil
(olivia.rogers.3@us.af.mil, urban.soul@us.af.mil)
 
Description
Initial Request for Information for Advanced E-7 Integrators and Suppliers Wedgetail Advanced Capabilities Branch AFLCMC/WIWA 3 Eglin Street Hanscom AFB, MA 01731 15 April 2025 Contracting Officer: Ms. Olivia Rogers (olivia.rogers.3@us.af.mil) Description This is a Request for Information (RFI) as defined in FAR 15.201(e). This RFI is issued to identify industry partners to provide and/or integrate cutting-edge advanced capabilities for the E-7 weapon system. The Government requires delivery of at least two (2) integrated weapon systems (Advanced E-7 weapon system and associated ground equipment) within 7 years, potentially starting in FY27 (expected contract award). In accordance with 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 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 sam.gov website. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement. Background The E-7A Wedgetail will replace the E-3 Sentry as the U.S. Air Force's Air Moving Target Indicator (AMTI) and Battle Management Command and Control (BMC2) platform, utilizing the Boeing 737-700 (Next Gen) aircraft equipped with a Multi-Role Electronically Scanned Array (MESA) sensor. The existing E-7A Rapid Prototyping (RP) program is intended as a speed-to-ramp effort to resolve urgent capability gaps existing within the E-3 Sentry fleet. The Government intentionally did not include emerging new capabilities in the RP effort. The Government is interested in identifying industry partners to provide cutting-edge capabilities and technologies, potentially to include an advanced sensor (MESA replacement), advanced Infrared sensor, Electronic Support Measures (ESM) replacement, Electronic Warfare Self-Protection (EWSP) replacement, Tactical Targeting Network Technology (TTNT), Link 16 High Power Amplifier (HPA), Joint Worldwide Intelligence Communications System (JWICS) connectivity, Combat Identification (CID), next-generation Tactical Data Link (TDL), advanced missile data link capabilities, and other next-generation AMTI, BMC2, Alternative Position, Navigation, and Timing, and/or communications technologies. The U.S. Air Force is seeking to initiate an Engineering and Manufacturing Development (EMD) program in the FY27 timeframe to develop and integrate an advanced sensor and potentially other capabilities onto the baseline E-7 platform, or an equivalent AMTI/BMC2 platform. Following the EMD phase, the Government is considering retrofitting USAF E-7A aircraft with EMD modifications, producing new E-7 aircraft, or a combination of retrofit and new aircraft. Note: Baseline documentation for the E?7A will not be available until 3QFY28, or potentially later. This documentation will not include detailed drawing or analyses of any commercial parts. Description of Requirements Key requirements for the Advanced E-7 program(s) are available on the CORE network. Responses Only industry partners with current Special Access Program (SAP) / Special Access Required (SAR) facility clearances and appropriate network connectivity will meet the Government�s timeline to award an EMD contract in the FY27 timeframe. Within five (5) business days of issuance of this RFI, NLT 22 April 2025, industry partners wanting to receive a follow-on RFI regarding this capability should send an unclassified CORE email (subject line �Advanced E-7�) to the following people: Sean P. Farrell AFLCMC/WIW Daniel R. Olson AFLCMC/WIW Within the CORE email response, provide the following Business Unit Information: Company / Institute Name: Address: Point of Contact / Phone Number / Unclassified Email Address: CAGE Code: Security Clearance of Company / Institute: SMO Code: A statement as to whether your company is large or small business under NAICS code 334511, size standard 1,350 employees. Also indicate if you are: a non-profit entity, small disadvantaged business, Section 8(a) small business, woman-owned small business, service-disabled veteran-owned small business, or a HUBZone small business. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). A statement as to whether your company is interested in being the Advanced E-7 integrator, a supplier of advanced capabilities (specify which capabilities), or both. Questions Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer (olivia.rogers.3@us.af.mil) and the Contract Specialist (urban.soul@us.af.mil). Verbal questions will NOT be accepted. Questions will be answered by email; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after five (5) calendar days of the publication date of this RFI will be answered. Summary This RFI is issued solely for information and planning purposes and does not constitute a solicitation nor is it authorization to incur cost for which reimbursement would be required or sought. The Government does not intend to award a contract based on this RFI, and responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b33c532fce0741d59c5dd388871da7f9/view)
 
Place of Performance
Address: Hanscom AFB, MA, USA
Country: USA
 
Record
SN07409958-F 20250417/250415230049 (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.