Opportunity
SAM #PCOL-26-EPAWSS
Sources Sought: Eagle Passive Active Warning Survivability System (EPAWSS) for F-15 Aircraft
Buyer
AFLCMC Fighter & Advanced Aircraft Directorate
Posted
May 15, 2026
Respond By
June 01, 2026
Identifier
PCOL-26-EPAWSS
NAICS
334511, 336413, 334418
The Air Force Life Cycle Management Center is seeking sources for the Eagle Passive Active Warning Survivability System (EPAWSS) to modernize F-15E and F-15EX aircraft. - Government Buyer: - Department of the Air Force, Air Force Materiel Command (AFMC) - Air Force Life Cycle Management Center (AFLCMC), Fighters & Advanced Aircraft Directorate, F-15 System Program Office - Products/Services Requested: - Eagle Passive Active Warning Survivability System (EPAWSS): integrated electronic warfare suite for F-15E and F-15EX - Must replace legacy F-15 Tactical Electronic Warfare System (TEWS) - Compatible with APG-82(v)1 or APG-63(v)3 radars and ADCP II processors - Based on F-15 Saudi Advanced (SA) Digital Electronic Warfare System (DEWS) and F-35 hardware/software architectures - Required hardware components: - Digital Channelized Receivers (DCR) and DCR/Target Generators - Quad Tuner Modules (QTM) and Quad Upconverter Modules (QUM) - Digital Processors with Aircraft Interface Module (AIM) and Countermeasures Dispenser I/O Modules - Interface Blanking Units - Power Conditioning Distribution Units (PCDU) and Power Supplies - Solid State Transmitters (L/R Fwd, L/R Aft) - C/D Band Blade Antennas, Receive Antennas, and Transmit Antennas - ALE-47 Countermeasures Dispenser (CMD) and Dispenser Sequencer Assemblies (DSAs) - Expendables: MJU-71, MJU-48, MJU-51, MJU-53, MJU-50, MJU-66, MJU-64, XS1201, M-206, MJU-62/B - Services: - EPAWSS Operational Flight Program (OFP) and Mission Data File Generator (MDFG) development, test, and sustainment - Environmental and reliability testing (ESS, CAST, AEPRT) - Built-In-Test (BIT) and diagnostics to LRM level, including access to Mobile System Test Stations and Integration Labs - Unique/Notable Requirements: - Respondents must possess proprietary technical data, manufacturing capability, and access to classified facilities and specialized test equipment - System must demonstrate proven performance and integration with Air Force assets - NAICS code: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) - OEMs: - No specific OEMs are named, but system must be based on proven architectures (F-15 SA DEWS, F-35 EW systems) - Place of Performance: - Wright-Patterson Air Force Base (WPAFB), Ohio
Description
The Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Fighters & Advanced Aircraft Directorate (AFLCMC/WA), F-15 System Program Office (AFLCMC/WAQ), Wright-Patterson Air Force Base (WPAFB) is seeking sources for the procurement of the F-15 Eagle Passive Active Warning Survivability System (EPAWSS).
INTRODUCTION:
This is a SOURCES SOUGHT ANNOUNCEMENT to acquire EPAWSS, an integrated Electronic Warfare (EW) suite designed to replace the legacy federated F-15 Tactical Electronic Warfare System (TEWS). The system must improve system reliability and provide 360-degree integrated Radar Warning, Electronic Countermeasures, and Expendable Capabilities to detect, identify, locate, deny, degrade, deceive, disrupt, and defeat threat systems in highly contested environments.
In accordance with FAR Part 10, Market Research, AFLCMC/WAQ is seeking information for potential sources for an Eagle Passive Active Warning Survivability System.
This publication is intended to elicit responses from sources with knowledge, skills, data, equipment, proper facilities and the capacity to meet the Air Force’s requirements. The dollar value and period of performance (PoP) for the contract will be commensurate with the requirement. This contract effort is subject to FAR 52.232-18, Availability of Funds.
1.1 SOURCES SOUGHT INFORMATION
1.2 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR AN INVITATION FOR BID (IFB). IN ACCORDANCE WITH FAR 15.201(e), THIS NOTICE DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THE GOVERNMENT MAY USE THE INFORMATION OBTAINED FROM RESPONSES TO THIS NOTICE IN DETERMINING ITS ACQUISITION APPROACH. THE ISSUANCE OF THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT ACQUISTION APPROACH.
1.3 REQUIRED CAPABILITIES:
Interested firms should submit information as to the capabilities, capacity, and experience to provide the EPAWSS as set forth below:
Discriminating Technical Capabilities & Subsystem Integration
To demonstrate capability, the source must possess proprietary technical data, manufacturing capability, and existing integration knowledge to provide the following:
Technology Pedigree and Re-use: The proposed system must be built upon the established baseline of F-15 Saudi Advanced (SA) Digital Electronic Warfare System (DEWS) and F-35 hardware/software architectures. The respondent must demonstrate that a minimum of 11 of the 14 baseline primary Line Replaceable Units (LRUs) (or their direct advanced/upgraded iterations) have been previously tested, fielded, and proven to ensure zero regression in existing capabilities. Target Aircraft Compatibility: Complete hardware and software compatibility with F-15E and F-15EX models equipped with APG-82(v)1 or APG-63(v)3 radars and the Advanced Display Core Processor II (ADCP II). The system must feature an integrated Interference Blanking function to provide interoperability with other aircraft radio frequency (RF) systems. Software and Mission Data: Proven ability to develop, test, and sustain the EPAWSS Operational Flight Program (OFP) and the Windows/PC-based Mission Data File Generator (MDFG). The system must allow for field reprogramming and data download (Maintenance and Environment) utilizing Common Aircraft Portable Reprogramming Equipment (CAPRE) over Ethernet. Dense Threat Environment Performance: Proven, previously validated capability to counter a minimum baseline of 321 legacy, new, and emerging threats within at least three (3) distinct dense background environments (military, commercial, and civil signals). Advanced Threat Simulation & Validation: Proven performance against high-fidelity, realistic threat waveforms (including LORO, TWS, AESA, and agile emitters). To be considered capable, this performance baseline must have been previously validated using a minimum of 36 RF signal generators at the Air Force Research Laboratory (AFRL) Integrated Demonstrations and Applications Laboratory (IDAL), verified via Hardware in the Loop (HITL) validation of Electronic Countermeasures effectiveness against test asset emitters, and have completed Initial Operational Test & Evaluation (IOT&E) on the F-15E with a recommendation to field. Radar Interface: The system must include a specifically designed Radar Interface Module (RIM), or its direct next-generation equivalent, that natively interfaces with the APG-82 radar via a fiber-optic connection on the F-15E and F-15EX to guarantee zero system interference.
Specific Hardware Components (Group B Kits)
The capable source must have the immediate manufacturing and testing capabilities to produce the specific LRUs and Line Replaceable Modules (LRMs) that comprise the Eagle Passive Active Warning Survivability System, including but not limited to:
Critical LRM Technologies: The immediate capability to manufacture specific, highly complex LRMs based on proprietary existing architectures, including the baseline or advanced iterations of the Digital Channelized Receiver (DCR) and DCR/Target Generator, as well as the Quad Tuner Module (QTM) and Quad Upconverter Module (QUM). Digital Processors with associated Aircraft Interface Module (AIM) and Countermeasures Dispenser I/O Modules Interface Blanking Units Power Conditioning Distribution Units (PCDU) and Power Supplies Solid State Transmitters (L/R Fwd, L/R Aft) C/D Band Blade Antennas, Receive Antennas, and Transmit Antennas Expanded Expendables Capacity: The system must fully integrate ALE-47 Countermeasures Dispenser (CMD) capability and utilize Dispenser Sequencer Assemblies (DSAs) that provide a minimum baseline of a 360 single-squib capacity (utilizing at least six (6) DSAs with two 1x1 magazines each). Countermeasure Compatibility: Full integration, firing compatibility, and historical testing with the following specific baseline expendables (and any modernized variants): MJU-71, MJU-48, MJU-51, MJU-53, MJU-50, MJU-66, MJU-64, XS1201, M-206, and MJU-62/B.
Facility, Security, and Testing Discriminators
Interested parties must currently possess or have immediate access to the following specialized facilities and equipment to perform the work without causing unacceptable schedule delays:
Classified Personnel/Facilities: Cleared personnel/facilities and computer networks capable of handling classified programs up to the Special Access Program (SAP) and Sensitive Compartmented Information (SCI) levels, including integration into the Global Strike Special Programs Integration (GSSPI) network. Test Equipment & Diagnostics: Built-In-Test (BIT) capabilities for fault isolation to the LRM Level, and access to existing EPAWSS Mobile System Test Stations (MSTS) and Electronic Systems Integration Laboratories (ESIL). Environmental Testing: In-house capabilities to perform Environmental Stress Screening (ESS), Combined Accelerated Stress Testing (CAST), and All Equipment Production Reliability Testing (AEPRT) on high-density RF hardware. Proprietary Data Access: Access to the existing EPAWSS baseline technical data package, Very High Speed Integrated Circuit (VHSIC) Hardware Description Language (VHDL) documentation, source code, and engineering drawings.
1.4 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE (NAICS):
The anticipated NAICS Code is 334511; the corresponding Small Business size standard in 1250 employes. If the NAICS Code or Small Business size standard appears to be incorrect, please suggest an alternative NAICS Code and Small Business size for consideration.
1.5 SUBMISSION DETAILS:
Vendors interested in responding to this announcement should submit an UNCLASSIFIED technical capabilities statement paper via email NO LATER THAN 1 JUNE 2026, 1600 ET, to the Contracting Officer, Stephannie Siembab at stephannie.siembab@us.af.mil. NO PHONE CALLS WILL BE ACCEPTED. CLASSIFIED information will NOT be accepted. The Government will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Responses shall be limited to five (5), 8.5 x 11-inch pages with no smaller than 12-point font. 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. It is the submitter’s sole responsibility to verify the e-file was received and can be viewed.
All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing sources sought responses will have signed non- disclosure agreement and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not property identified.
1.6 RESPONSES SHALL INCLUDE:
Name of Company, Address, and Point of Contact (Name, Title, Phone, Email) Contractor and Government Entity (CAGE) code Unique Entity ID (UEI) DUNS Number Capabilities statement paper (no more than five (5), 8.5 x 11-inch pages with no smaller than 12-point font) demonstrating ability to perform in accordance with paragraph 1.3 above A statement detailing how the respondent intends to acquire or utilize the necessary proprietary EPAWSS baseline technical data package required to manufacture the Group B kits without unacceptable schedule delays or duplication of costs. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). Provide any anticipated teaming arrangements or information regarding your plans to use a joint venture. Any response involving teaming arrangements should delineate between the work that could be accomplished by the prime and the work that could be accomplished by the teaming partner(s). Additionally, provide a description of similar services offered to the Government or to commercial customers within the past three years. Identify any major performance, schedule, or cost risk anticipated at this time.
NOTE: Submissions are limited to the equivalent of five (5), 8.5 x 11-inch pages with no smaller than 12-point font.
1.7 QUESTIONS:
Questions regarding this announcement shall be submitted in writing by email to the Contracting Officer, Stephannie Siembab at stephannie.siembab@us.af.mil. Verbal and phone questions will NOT be accepted. Answers to questions will be posted on SAM.gov website. Questions shall NOT contain proprietary or classified information.
1.8 SUMMARY:
THIS IS A SOURCES SOUGHT to identify potential sources that can provide the EPAWSS. The information provided in this announcement is subject to change and is not binding on the Government. The Department of Air Force has not made a commitment to procure any of the supplies/services discussed and release of this Sources Sought 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.