Aging & Surveillance - Bomb Testing
ID: FA821325RB010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8213 AFLCMC EBHKHILL AFB, UT, 84056-5820, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- AMMUNITION AND EXPLOSIVES (H913)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force Life Cycle Management Center (AFLCMC), is seeking industry input through a Request for Information (RFI) for the development of a Predictive Age Life Model (PALM) aimed at assessing the useful life of air-delivered munitions (ADMs). This initiative is part of the Bombs Aging & Surveillance Program and involves extensive testing and analysis, including both sub-scale and full-scale evaluations to identify bomb-specific aging mechanisms. The insights gathered from this RFI will inform future contracting opportunities for engineering support services, with interested parties encouraged to provide detailed responses regarding their experience and methodologies related to aging and surveillance testing. For further inquiries, interested vendors can contact Ryan Mitchell at ryan.mitchell.21@us.af.mil or Nick Padgett at nicholas.padgett.2@us.af.mil.

    Files
    Title
    Posted
    The U.S. Air Force Life Cycle Management Center (AFLCMC) is seeking industry input for the development of a Predictive Age Life Model (PALM) to assess the useful life of air-delivered munitions (ADMs). This initiative, part of the Bombs Aging & Surveillance Program, involves comprehensive testing and analysis, including sub-scale and full-scale evaluations to determine bomb-specific aging mechanisms. Interested parties are requested to provide detailed responses to a series of questions regarding their experience with aging and surveillance testing, development of PALMs, handling of various explosive materials, and their proposed methodologies for addressing potential challenges related to data reliability and modeling anomalies. The document also requests feedback on the draft solicitation and the Performance Work Statement (PWS), along with suggestions for key considerations in source selection. The primary goal of this Request for Information (RFI) is to gather insights and enhance market understanding as the U.S. government contemplates future contracting opportunities for engineering support services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    REQUEST FOR INFORMATION - Large Caliber Penetrators
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to identify industry capabilities for developing a Large Caliber Penetrator, specifically focusing on maturing a tailkit (TK) design, development, and flight testing to demonstrate system accuracy. The initiative aims to gather insights into technological, manufacturing, and business capabilities within the industrial base to inform the development of a material solution that meets operational objectives. This procurement is critical for enhancing the USAF's munitions capabilities, particularly in GPS-denied environments, and involves the production of three to five prototypes for flight testing. Interested vendors are encouraged to submit white papers detailing their capabilities by December 12, 2025, with questions due by November 25, 2025. For further inquiries, contact Mandi Johnson at mandi.johnson.4@us.af.mil or Christy Cross at christy.cross.2@us.af.mil.
    Request for Information (RFI) F-15SA Diminishing Manufacturing Sources and Material Shortages (DMSMS) Analysis Tool Survey
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for a Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis tool for the Royal Saudi Air Force's F-15SA aircraft. The objective is to procure a system that can proactively and reactively identify DMSMS issues, recommend viable resolutions, and integrate these solutions into a software tool that will be utilized by U.S. Government Country managers supporting the RSAF. This tool is crucial for managing obsolescence, correcting technical order errors, and facilitating coordination with government engineers and Foreign Military Sales (FMS) partners. Interested contractors must submit their capability surveys detailing their experience and qualifications by December 16, 2025, to the primary contact, Anthony Brzezicki, at anthony.brzezicki.2@us.af.mil or by phone at 478-497-5532.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Brake Temperature Monitoring System
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research through a Request for Information (RFI) for a Fixed Wing Brake Temperature Monitoring System (BTMS). The objective is to identify potential sources capable of providing engineering services to design, install, and integrate a low-cost, non-invasive BTMS for HC/AC/MC-J aircraft, which must include digital temperature readouts and overheat alerts while being compliant with Night Vision Imagery System standards. This system is critical for enhancing aircraft safety and operational efficiency, with installation and integration expected to be completed by March 2026. Interested contractors are encouraged to respond by December 22, 2025, and should direct inquiries to Philip Earthly at philip.earthly.1@us.af.mil. Please note that this RFI is for information and planning purposes only, and the government will not reimburse any expenses incurred in response to this request.
    Request for Information (RFI): Optimized Machining Parameters for AerMet 100
    Buyer not available
    The Department of the Air Force is issuing a Request for Information (RFI) to gather insights on optimized machining parameters for AerMet 100, a high-strength alloy critical for aerospace applications. The objective of this RFI is to identify current industry capabilities and solutions that can enhance manufacturing efficiency, reduce waste, and ensure consistent high-quality output, particularly for landing gear components. The USAF is seeking information on company capabilities, recommended machining parameters, tooling solutions, and cost estimates, with responses due by December 22, 2025, and questions accepted until December 8, 2025. Interested parties can contact Randolph Hildebrandt Jr. at randolph.hildebrandt.2@us.af.mil or Andrew Gross at andrew.gross.4@us.af.mil for further details.
    Counter-small Unmanned Aircraft Systems (C-sUAS) Advanced Precision Kill Weapon System (APKWS) Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the United States Air Force (USAF), is seeking information on Advanced Precision Kill Weapon System (APKWS) technologies to enhance its capabilities in countering small Unmanned Aircraft Systems (sUAS) across Groups 1, 2, and 3. The USAF aims to evaluate systems that can utilize track data from sensors to laze targets and launch guided Hydra 70 APKWS rockets, with a minimum Technology Readiness Level (TRL) of 6; however, native target detection/sensing and command and control (C2) capabilities are not required. This Request for Information (RFI) is intended for planning purposes only and will not lead to an award, with responses due by December 31, 2025. Interested vendors should submit detailed information regarding their systems, including company information, product specifications, and pricing, to the primary contacts Robert Gill and Ciabha Kelleher at the provided email addresses.
    AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC) Armament Directorate, is soliciting innovative commercial solutions via the Rapid Response (ADRR) Commercial Solutions Opening (CSO) for future requirements related to weapon technologies and system concepts. This CSO aims to facilitate the rapid development and characterization of novel capabilities, supporting various lifecycle phases from concept to sustainment, and may lead to FAR Part 12 contracts or Other Transactions. The opportunity is open until June 4, 2026, with specific requirements and submission deadlines communicated through periodic "spirals." Interested parties can reach out to primary contact Sara Riley at sara.riley@us.af.mil or secondary contact Jill Harms at jill.harms.1@us.af.mil for further information. Please note that no funding is currently available, and unsolicited proposals will not be accepted.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    AN/ALQ-172 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    DRAFT RFP - Landing Gear Collaborative Supply Chain Integration II
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking industry feedback through a DRAFT Request for Proposal (RFP) for the Landing Gear Collaborative Supply Chain Integration II (LG-CSCI2) project, aimed at developing spare parts for landing gear in support of various weapon systems. The objective is to refine the acquisition strategy based on vendor input, with a formal RFP anticipated to be released in early 2026. This initiative is crucial for enhancing the readiness of the Air Force fleet by building on lessons learned from the previous LG-CSCI contract. Interested parties are encouraged to submit their feedback and questions to the primary contact, Nathan Flinders, via email by December 12, 2025, as the eventual contract will consist of a five-year base period with a potential five-year option, totaling up to ten years.