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).