SOURCES SOUGHT
99 -- Request For Information (RFI) North Atlantic Treaty Organization (NATO) Final Lifetime Extension Program (FLEP) AN/UPX-40 Component(s) Sources Sought
- Notice Date
- 1/9/2026 11:10:26 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA2363 FMS AWACS AFLCMC/HBI HANSCOM AFB MA 01731 USA
- ZIP Code
- 01731
- Solicitation Number
- WIWK-2026-K7-D-GFD
- Response Due
- 1/23/2026 2:00:00 PM
- Archive Date
- 02/07/2026
- 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 (RFI) North Atlantic Treaty Organization (NATO) Final Lifetime Extension Program (FLEP) AN/UPX-40 Component(s) Sources Sought January 2026 Description In support of the NATO Final Lifetime Extension Program (FLEP), the United States Air Force (USAF), International Airborne Warning and Control System (AWACS) & Wedgetail Division (WIWG), is seeking information from interested vendors with the capability to provide the following components associated with the AN/UPX-40 Identify Friend or Foe (IFF) System. Nomenclature: Quad Processor CCA Part Number: 301-2040-401 Quantity: 05 Comments: Obsolete parts. NSN Number: 5905-01-204-0401 NIIN Number: 012040401 CAGE Code: 64694 Nomenclature: IFF Receiver (A6/7) Part Number: 301-2400-401 Quantity: 12 NSN Number: 5910-01-240-0401 NIIN Number: 012400401 CAGE Code: 64694 Nomenclature: Power Converter (A15/16) Part Number: 301-2500-401 Quantity: 12 NSN Number: 5910-01-250-0401 NIIN Number: 012500401 CAGE Code: 64694 This is a Request for Information (RFI) only. 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. Furthermore, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondees 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 www.sam.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. Background The NATO FLEP program maintains NATO�s fleet of AWACS E-3 aircraft to ensure operational capability and sustainability through 2035 with hardware and software improvements. WIWG is working on behalf of NATO Airborne Early Warning (NAEW) A5 Modernization Branch to find sustainment options for their AN/UPX-40 IFF components listed above. Requested Information WIWG is seeking vendors that have the capability, expertise, and experience to provide the listed components of the AN/UPX-40. Procurement The Government requests estimates for the acquisition of new components listed above Responses Interested parties are requested to respond to this RFI with a white paper. White papers in Microsoft Word compatible format are due no later than 31 December 2025, 17:00 EST. Responses shall be limited to 10 pages of text and submitted via e-mail only to brett.clemens.1@us.af.mil. 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. If any respondee does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the support contractors listed below to review and evaluate white papers submitted in response to this RFI, the respondee is requested to sign PDPAs with these Air Force support contractors for this purpose. Results will be reviewed and retained by the Government and Government support contractors. Solicitation does not obligate the Government to issue an RFP or award a contract. Responses must be at responder�s expense. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1 Name, mailing address, phone number, fax number, and e-mail of designated point of contact. 4.3.2 Recommended contracting strategy. 4.3.4 Business type (large business, small business, small disadvantaged business, 8(a)- certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. �Small business concern� means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for detailed information on Small Business Size Standards. 4.3.5 The Vendor Capability and Past Performance regarding the AN/UPX-40 system and components listed. 4.3.6 The facility security clearance of the offeror. The number of pages in Section 1 of the white paper shall not be included in the 10-page limitation, which applies only to Section 2 of the white paper. 4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 10 pages of text (excluding pictures and graphs). Industry Discussion International E7 Program Office representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officers brett.clemens.1@us.af.mil and allison.eacrett@us.af.mil. Verbal questions will not be accepted. Questions will be answered by posting answers to the www.sam.gov website; accordingly, questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 31 December 2025 will be answered. To access the website, go to www.sam.gov. Interested parties are invited to subscribe to the website to ensure they receive any important information updates connected with this RFI. Summary This is a request for information (RFI) only to identify sources that can provide procurement of AN/UPX-40 IFF components. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c7909f1872a241d897f65f9c75545405/view)
- Place of Performance
- Address: Hanscom AFB, MA 01731, USA
- Zip Code: 01731
- Country: USA
- Zip Code: 01731
- Record
- SN07683132-F 20260111/260109230036 (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 |