RFI: Engineering Subject Matter Expertise in supporting modernization of E-767 AWACS Fleet
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 has issued a Request for Information (RFI) to identify qualified sources capable of providing Engineering Subject Matter Expertise to support the crypto modernization upgrade of the E-767 Airborne Warning and Control System (AWACS) fleet. This RFI is for planning purposes only and does not constitute a solicitation or promise of a future contract. Responses are due May 23, 2026.
Purpose & Background
This RFI aims to gather information on industry capabilities for the crypto modernization of the E-767 AWACS fleet, which will involve work in CONUS and potentially Japan. The effort requires extensive maintenance, testing, pilot crew support, and specialized engineering support. The Avionics Integration Lab (AIL) at Boeing Field, Seattle, WA, is a key asset for system and sub-system testing, utilizing Government Furnished Property (GFP) and incumbent-owned equipment.
Key Capabilities Sought
The Government is seeking information on capabilities related to:
- System & Lab Operations: Teardown, packaging, relocation, installation, configuration, and accreditation of systems; AWACS E-3/E-767 system-level integration; managing Cyber and Physical security; operating and maintaining AWACS system/sub-system infrastructure; installing, configuring, maintaining, operating, and modifying AWACS E-3 Labs.
- Engineering & Analysis: Performing engineering and integration analysis; test and evaluation on AWACS E-3 Labs; cybersecurity and accreditation tasks; documenting architecture; developing and maintaining lab scheduling; developing installation, setup, and test procedures.
- Subject Matter Expertise: Providing engineering and system labs expertise within AWACS E-3 Labs; providing prime contract access to E-767 AWACS engineering drawings and specifications.
- Specific Technical Areas: Strategy for gaining access to AWACS System Lab, specifications, ICDs, and verification databases; maintaining AWACS Functional Specifications; performing E-767 aerodynamic, EMI, and SWaP analysis; conducting engineering, verification, and qualification testing; conducting scheduled/unscheduled maintenance; ferry flight operations between Japan and CONUS; supporting contractor-led developmental test activities; leading test events within E-3 AWACS systems labs.
Response Requirements
Responses are limited to ten (10) 8.5x11 inch, single-spaced pages. Submissions must be unclassified and sent via email to the Contracting Officer and Contract Specialist. Section 1 of the response must include administrative information: Company/Institute Name, Address, Point of Contact, CAGE Code, DUNS number, Phone, E-mail, business size status (large/small under NAICS 541380, $19.0M size standard, including specific small business categories), and ownership (domestic/foreign). The security clearance level of the respondent is also required.
Submission & Contact Information
- Response Due: May 23, 2026 (15 calendar days after May 8, 2026 publication).
- Questions Due: Within 7 days of publication (May 15, 2026). Questions must be in writing via email.
- Submit Responses To:
- Mr. Brett Clemens (Contracting Officer): brett.clemens.1@us.af.mil
- Ms. Allison Eacrett (Contract Specialist): allison.eacrett@us.af.mil
- Review: Responses will be reviewed by Advisory and Assistance Services (A&AS), Specialized Cost Services (SCS), and Federally Funded Research and Development Center (FFRDC) contractors.
Important Notes
This is an RFI for information and planning purposes only. It is not a solicitation, and the Government does not intend to award a contract based on this RFI. Not responding does not preclude participation in any future RFP.