govindex
Log in Sign up
Contract Record
Notice ID: a68415c9f2e74566a5b55bad90197e88
Sources Sought Posted 2026-03-04 16:45:22.798+00 Due 2026-03-19 21:00:00+00

Stand-in Attack Weapon (SiAW) AUR Sources Sought

Agency
DEPT OF DEFENSE
Notice ID
a68415c9f2e74566a5b55bad90197e88
Type
Sources Sought
Posted
2026-03-04 16:45:22.798+00
Award Amount
--
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. THIS DOES NOT CONSTITUTE A 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. INTRODUCTION The Stand-in Attack Weapon (SiAW), Program Office (PO) is responsible for Air Force acquisition of next generation munitions built to rapidly strike mobile targets within an congested enemy environment. The SiAW PO is currently executing a Middle Tier Acquisition (MTA) Rapid Prototyping phase. The purpose of this RFI is to conduct market research to identify potential sources capable of providing a SiAW equivalent missile system which consists of the All-Up-Round (AUR) missile to include hardware and software, as well as any unique logistics elements, trainers, SiAW flyout model, and all system verification elements. This AUR must be compatible with existing launch platforms and infrastructure currently supporting the SiAW. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the capability described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. BACKGROUND/REQUIREMENT The USAF is seeking to enhance its capabilities to suppress and neutralize enemy air defenses in contested environments. This effort aims to identify and potentially acquire a weapon system that provides similar or improved capabilities compared to the SiAW, focusing on extended range, advanced targeting, counter-countermeasures, and integration with existing and future platforms. Required Capabilities Interested vendors are requested to provide information regarding their capabilities to provide a weapon system (or key subsystems) with the following characteristics (at a minimum): Extended Range: Weapon system capable of engaging targets at significant standoff distances. Targeting: Advanced anti-radiation seeker with broad frequency coverage. Ability to target modern and advanced radar systems, including frequency-agile and low-probability-of-intercept (LPI) emitters. Ability to target modern ballistic threats, and other non-cooperative targets Precision navigation and guidance system (e.g., GPS/INS with anti-jamming capabilities). Potential for pre-emptive targeting capabilities. Ability to re-attack. Electronic Counter-Countermeasures (ECCM): Robust ECCM capabilities to defeat enemy countermeasures, including chaff, flares, and jamming. Lethality: High probability of kill against a wide range of targets. Platform Integration: Compatibility with F-35, F-16, F-47 and B-21. Open architecture design to facilitate integration with future platforms to include foreign partners. MIL-STD-1760 and Universal Armament Interface (Rev6) compliance (or equivalent) for aircraft integration. Common Flexible Weapon Interface Control Document compliance highly desired Reliability and Maintainability: High operational availability and minimal maintenance requirements with ability to meet a 15-year service life. Logistics Support: Comprehensive logistics support package, including training, maintenance manuals, spare parts, technical assistance, transportation and shipping at AUR and section level and missile compatibility with both CMBRE + and CE. Cybersecurity: Compliant with current cybersecurity standards for weapon systems IAW DoDI 8500.01, DoDI 5200.44, NIST SP 800-53, and CNSSI 1253 . Exportability: Expected to be open and modular such that future exportability and potential partner compatibility is not restricted. Affordability & Producibility: Capabilities should be affordable and producible in support of delivering quantities of up to 600 production AURs per year. Security: Expected to already have facilities and personnel to support classified requirements Current access to CORE Current ability to handle and process SECRET and TOP SECRET data and materials ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance will be from 2026 and is expected to run for approximately 48 months from Contract award to 2030 (Production Lot 1 delivery). ELIGIBILITY The applicable NAICS code is 336414 Guided Missile and Space Vehicle Manufacturing. The Product Service Code (PSC) is 1410 Guided Missiles. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMITTAL INFORMATION Interested parties may submit a Capability Statement package identifying their interest and capability in response to this notice. Only Capability Statements received on or before 19 March 2026 at 5:00 EST will be considered by the Government. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and requisite knowledge required to support the requirement. A determination not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. It is requested that interested businesses submit to the contracting office a capabilities statement package (no more than 20 pages in length on 8.5 x 11 inch paper with one-inch margins, single-spaced, Times New Roman 12-point font minimum) demonstrating ability to perform the tasking listed under the required capabilities and items 1-9 below. It is highly encouraged to provide classified responses to fully articulate all potential capabilities available. The Government prefers responses addressing all stated content below and up above in Required Capability. However, even if all content cannot be addressed, the Government still encourages responses that provide a description of strength areas and how beneficial contributions could be provided such as low-cost components, domain expertise, particular process capabilities, and modeling & simulation capabilities. Responding to a subset of the items below is of interest for potential teaming and collaboration opportunities. 1. Provide a description and TRL/MRL of the system concepts including expected iterative capabilities. Include available/expected Performance Characteristics of AUR/Components. 2. Provide a recommended viable program approach and overall period of performance considering the Government desired 48-month period of performance to complete any design/integration work and delivery of SiAW first production lot. If you cannot meet the desired period of performance, please respond with what would be attainable. 3. Provide Rough Order of Magnitude (ROM) pricing for any required development/integration work for SiAW capability and platform compatibility requirements and unit cost price bands in increments of 50 units with the min range of 50 and max of 600 for All Up Round Systems. 4. Provide a description of the potential program organization and resourcing plan addressing any innovative solutions to support a collaborative government-industry partnership. 5. Provide a description of experience and tools available for Model Based Systems Engineering. 6. Provide the data rights construct for the technical data that would be delivered. 7. Describe past experience with the following: a. Engineering and Program Management skillsets, processes, and tools for Model Based development b. Design for Modularity through Systems Engineering c. Missile System Integration Experience d. Airframe Flight Control Expertise e. Acquiring, tracking, and guiding toward moving surface targets f. Rapid Engineering and Manufacturing Development g. Weapon System Test and Evaluation Experience h. WOSA logical communication and physical interfaces at the domain level i. Rapid prototyping with examples, to include an agile demonstration approach j. Design for Manufacturability to support High-Rate Production i. Performing Design for Manufacturing and Assembly (DFMA) ii. Conducting competitive sourcing of subsystems and components similar to those needed for SiAW and the approach that would be used for SiAW iii. Supply Chain Management and Risk Mitigation plan for sourcing components in support of production. Identify your top 3 supply chain risks to production deliveries or high-quantity production 9. If desired, explain a pathway to maturation of your technology, affordability, modularity, or manufacturability of your current system. Potential offerors need to request a DODSAFE drop from the designated Contract Specialist, lindsey.barrow.1@us.af.mil and Contracting Officer, diana.graziano@us.af.mil All responses, including capability statements, shall be submitted no later than 19 March 2026 at 5:00 EST. Responses shall be submitted electronically via DODSafe to the designated Contract Specialist, lindsey.barrow.1@us.af.mil and Contracting Officer, diana.graziano@us.af.mil, in Microsoft Word format or Portable Document Format (PDF). This response shall identify if classified submissions have or have not been submitted via CORE. Classified portions of responses shall be submitted via CORE no later than 19 March 2026 at 5:00 EST to the designed POC, LtCol Breana Raney, in Microsoft Word format or Portable Document Format (PDF) at the following CORE email address: Raney, Breanna Marie (Mil), AFLCMC/EBI No phone calls will be accepted. The Government may contact RFI respondents to seek clarification of submitted information or gain additional input. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought. DOCUMENT MARKINGS It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure. Responses that fail to comply with the above instructions or present ideas not pertinent to this subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this Sources Sought. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary information) to employees of these organizations (Odyssey, Astrion, Booz Allen Hamilton, John Hopkins). All employees of the organizations identified that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data. ATTACHMENTS Attachments are available upon request. To receive attachments listed below, the Government is required to verify the contractor’s ability to receive Distro D/CUI and classified material. This is a multi-step process that requires a minimum of 2-3 business days. Potential offerors shall send an unclassified request to: Contract Specialist, lindsey.barrow.1@us.af.mil and Contracting Officer, diana.graziano@us.af.mil for coordination. All requests for documents shall be made at least 5 business days prior to the RFI closing. Requests made after this time will be processed but extensions to the RFI will not be considered. Once verified, the attachments will be made available via CORE email. 1. Systems Requirement Document (CUI) 2. Systems Requirements Document – Classified Appendix

Basic Information

Notice ID
a68415c9f2e74566a5b55bad90197e88
Solicitation #
SiAW-RFI-2026-001
Type
Sources Sought
Base Type
Sources Sought
Posted Date
2026-03-04 16:45:22.798+00
Response Due
2026-03-19 21:00:00+00
Archive Date
2026-04-03 00:00:00+00
Archive Type
auto15
Active
Yes

Agency

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8659 AFLCMC EBI
CGAC
057
FPDS Code
5700
AAC Code
FA8659

Award

Awardee
--
Award Amount
--
Award Number
--
Award Date
--

Classification

NAICS Code
336414
Classification Code
1425
Set-Aside
No Set aside used
Set-Aside Code
NONE

Place of Performance

Street
--
City
Eglin AFB
State
FL
ZIP
--
Country
USA

Organization

Type
OFFICE
City
EGLIN AFB
State
FL
ZIP
32542-6883
Country
USA