Opportunity
SAM #FA236326RXXX1
RFI: Engineering Expertise for E-767 AWACS Crypto Modernization Support
Buyer
AFLCMC HBS
Posted
May 08, 2026
Respond By
May 23, 2026
Identifier
FA236326RXXX1
NAICS
541380, 541330, 541690
The U.S. Air Force Life Cycle Management Center (AFLCMC), AWACS & Wedgetail Division at Hanscom AFB, is seeking information from qualified sources to support the crypto modernization upgrade of the E-767 AWACS fleet. - Government Buyer: - U.S. Air Force, Air Force Life Cycle Management Center (AFLCMC), AWACS & Wedgetail Division - Contracting office at Hanscom Air Force Base, Massachusetts - OEMs and Vendors: - No specific OEMs or vendors are named in the RFI - E-767 and E-3 AWACS platforms referenced (Boeing is the OEM for these aircraft) - Products/Services Requested: - Engineering subject matter expertise for E-767 AWACS crypto modernization - Support for system lab infrastructure, teardown, packaging, relocation, installation, configuration, process accreditation, system-level integration (radar, sensors, communications, mission computing, ground segment equipment) - Cybersecurity and physical security management - Operation and maintenance of AWACS system and sub-system infrastructure - Installation of new hardware and software - Engineering and integration analysis, test and evaluation, documentation, lab scheduling - Subject matter expertise in engineering and system lab tests - Unique or Notable Requirements: - Access to AWACS System Lab, specifications, interface control documents, and verification methods - Ability to conduct aerodynamic, electromagnetic interference, and SWaP (size, weight, and power) analysis - Capability to support ferry flights between Japan and CONUS locations - Work may be performed at Hanscom AFB, Boeing Field (Seattle), and in Japan - RFI is for information and planning only; no contract will be awarded from this notice
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY
1. Description This is a Request for Information (RFI) as defined in RFO 15.101(c). This RFI is issued in order to identify qualified sources that can support the crypto modernization upgrade of E-767 Airborne Warning and Control System (AWACS). In accordance with (IAW) RFO 15.101(c)., 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 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 Federal Business Opportunities (SAM.GOV) website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement.
2. Background The International AWACS E-767 fleet will undergo crypto modernization upgrades in a location to be determined within CONUS with a potential effort in the country of Japan. Extensive maintenance, testing support, pilot crew support, and Engineering support specific to the platform is required for completion of the upgrades. System Lab infrastructure supports development, production, and sustainment programs during system and sub-system testing at Boeing Field, Seattle, WA in the Boeing Military Flight Center (MFC). The lab assets also support multiple international AWACS projects on a maintenance fee basis. The Avionics Integration Lab (AIL) is populated with Government Furnished Property (GFP) and incumbent-owned capital equipment. The AIL is utilized for both E-767 and E-3 Foreign Military Sales lab testing. The incumbent provides access, environmental and security functions.
3. Description of Requirements Interested potential sources should respond by identifying their capabilities in providing the scope of work identified above. Respondents must be able to meet the requirements associated with: a. teardown, packaging, relocation, installation, configuration, and process accreditation in a new location b. AWACS E-3/E-767 system level integration (radar, sensors, communication, mission computing and the ground segment equipment ) capability to complement the GFP c. manage Cyber Security and Physical security in plant d. manage, operate, and maintain the AWACS system and sub-system infrastructure e. installation of new hardware and software in the AWACS E-3 Lab f. configuration, maintenance, operation, and modification of an AWACS E-3 Lab g. perform engineering and integration analysis h. perform test and evaluation on the AWACS E-3 Lab i. perform cybersecurity and accreditation tasks on the AWACS E-3 Lab in plant j. document architecture k. develop and maintain lab scheduling l. develop installation and setup procedures m. develop test and evaluation procedures n. provide subject matter expertise in engineering and system labs tests within AWACS E-3 Labs o. provide a prime contract with access to specified engineering draws and specifications of the E-767 AWACS Respondents to this RFI should provide information on how they would conduct system and subsystem infrastructure activities, overarching weapon system engineering, and integration test engineering. Respondents will detail how they will accomplish a-i below: a. strategy to gain access to AWACS System Lab b. obtain access to AWACS Specifications, Interface Control Documents (ICDs), and verification methods/data bases used for modernization verification and qualification for the AWACS E-3 Lab c. maintain and administer the AWACS Functional Specifications within the infrastructure for the AWACS E-3 Lab d. perform E-767 aerodynamic, electromagnetic interference, and Size, Weight, and Power (SWaP) Analysis e. conduct engineering, verification, and qualification testing of aircraft and ground systems f. conduct scheduled and unscheduled maintenance of the E-767 AWACS g. ferry flight E-767 aircraft between the country of Japan and CONUS locations h. support and execute contractor-led developmental test activities, including planning, coordination, and conduct of platform-specific testing at government and/or commercial test facilities, in coordination with the Government test team and applicable range authorities. i. lead test events within the E-3 AWACS systems labs
4. Responses Your response shall not exceed ten (10) 8.5x11 inch, single spaced, single sided pages in length. Responses to this RFI will only be accepted via email. Send your response to the Contracting Officer, Mr. Brett Clemens brett.clemens.1@us.af.mil and Contract Specialist Allison Eacrett allison.eacrett@us.af.mil no later than 15 calendar days after publication of this announcement. Responses must be unclassified. Proprietary information, if any, should be minimized and must be clearly marked. Please be advised that submission will not be returned. Section 1 of your paper shall provide administrative information pertinent to the business unit responding to the RFI. Provide the following Business Unit Information: QUALIFICATION INFORMATION: Company / Institute Name: Address: Point of Contact: CAGE Code: DUNS number: Phone Number: E-mail Address: A statement as to whether your company is large or small business under NAICS code 541380 – Testing Laboratories, size standard $19.0 million dollars. Also indicate if you are: A non-profit entity, a small business, a small disadvantaged business, Section 8(a) small business, woman-owned small business, a veteran owned small business, service-disabled veteran-owned small business, an economically disadvantaged women-owned small business or a Hub Zone small business. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). The security clearance level of the respondent. Advisory and Assistance Services (A&AS), Specialized Cost Services (SCS) and Federally Funded Research and Development Center (FFRDC) contractors will be reviewing data submitted in response to this RFI. Employees of the companies listed below have standard Non-Disclosure Agreements (NDA) available to the Government contracting offices. If additional NDAs are required please contact the Contracting Officer 5 days prior to submittal of your RFI response. The list of A&AS/SCS/FFRDC contractors at Hanscom AFB are as follows: Odyssey Systems Consulting Group Oasis Systems LLC Quantech Services Inc. MITRE Corporation Torch Technologies Georgia Tech Research Institute
5. Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer and Contracts Specialists. Verbal questions will not be accepted. Questions will be answered by e-mail; accordingly, questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 7 days of the publication date of this RFI will be answered.
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY
6. Summary THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI, AND RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONSES TO THIS RFI WILL NOT BE RETURNED.
NOTE: This RFI is not related to Notice ID FA236325RB005P00000 Radio System Upgrade (RSU) for International Airborne Advance Warning and Control System (AWACS)