F-15QA DIGITAL ELECTRONIC WARFARE AUTOTEST CAPABILTY SERVICES

SOL #: FA8634-26-R-B011Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8634 AFLCMC WAQK F15
WRIGHT PATTERSON AFB, OH, 45433-7424, United States

Place of Performance

GOULDS, FL

NAICS

Ammunition (except Small Arms) Manufacturing (332993)

PSC

Miscellaneous Ammunition (1395)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 8, 2026
2
Submission Deadline
May 11, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is soliciting proposals for F-15QA Digital Electronic Warfare Autotest Capability Services. This Delivery Order (DO) under the Enterprise-Wide Agile Acquisition Contract (EWAAC) IDIQ aims to integrate Autotest Software into the Digital Electronic Warfare System (DEWS) Mission Data File (MDF) for the F-15QA Fleet. This is a Total Small Business Set-Aside. Proposals are due May 11, 2026.

Scope of Work

The primary objective is to develop, deliver, integrate, and test Autotest software into the DEWS test facility at the 68 EWS, Eglin Air Force Base, Florida. This software will simplify and expedite the development, verification/validation, and delivery of MDFs for Government-designated F-15 Foreign Military Sales (FMS) programs. Key tasks include:

  • Developing Autotest software to control the Advanced Architecture Phase Amplitude and Time Simulator (A2PATS).
  • Ingesting output messages from the DEWS System Under Test (SUT) and applying adjudication logic for pass/fail determination.
  • Producing government-specified output reports and providing a Graphical User Interface (GUI).
  • Deploying and testing the software in a government lab environment, ensuring processing speed equal to or faster than DEWS message output.
  • Achieving Government Acceptance Testing for accuracy, speed, and stability (minimum 8 hours without manual intervention).
  • Personnel require Common Access Cards (CACs) and appropriate security investigations.

Contract & Timeline

  • Contract Type: Delivery Order (DO) off the Enterprise-Wide Agile Acquisition Contract (EWAAC) IDIQ.
  • Eligibility: Only responses from vendors able to be awarded under the EWAAC MAC IDIQ are requested.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Product Service Code: 1395 - Miscellaneous Ammunition.
  • Period of Performance: Base Period: May 15, 2026 – April 30, 2027, with two one-year options extending through April 30, 2029. (Note: PoP is subject to change at award).
  • Place of Performance: Eglin Air Force Base, Florida.
  • Questions Due: May 01, 2026, by 12:00 P.M. EST.
  • Past Performance Questionnaires Due: May 01, 2026.
  • Proposals Due: May 11, 2026, by 12:00 P.M. EST. Late submissions may result in disqualification.
  • Published Date: April 08, 2026.

Submission & Evaluation

Proposals must be submitted electronically and comply with EWAAC terms, the Fair Opportunity Proposal Request (FOPR), and the Statement of Work (SOW). Submissions require three volumes: Volume One (Cover Letter and Technical Approach), Volume Two (Price), and Volume Three (Past Performance). Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, based on the lowest evaluated price among proposals meeting or exceeding acceptability standards for non-cost factors, allowing for tradeoffs. Evaluation factors, in order of importance, are: Technical (Management Plan/Technical Approach), Past Performance, and Price. Technical and Past Performance are more important than Price. Pricing must be submitted using the provided Schedule B CLIN Pricing Schedule (Attachment 6).

Key Attachments

  • Attachment 1 (SOW): Details technical requirements and deliverables.
  • Attachment 2 (Instructions to Offerors): Outlines submission procedures and evaluation criteria.
  • Attachment 3 (Provisions/Clauses): Lists FAR/DFARS clauses governing the contract.
  • Attachment 5 (QA Spreadsheet): Template for submitting questions.
  • Attachment 6 (CLIN Pricing Schedule): Mandatory for pricing proposals.
  • Attachment 7 (Past Performance Questionnaire): Required for past performance evaluation.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 8, 2026
F-15QA DIGITAL ELECTRONIC WARFARE AUTOTEST CAPABILTY SERVICES | GovScope