Global Hawk RQ-4 Program Support and Services
ID: FA8578-25-R-RQ4GHType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8578 AFLCMC WIKAROBINS AFB, GA, 31098-1670, USA

NAICS

Engineering Services (541330)

PSC

UNMANNED AIRCRAFT (1550)
Timeline
    Description

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information from contractors capable of providing support and services for the Global Hawk RQ-4 program. This Sources Sought notice aims to gather insights on contractor capabilities related to the modernization, sustainment, and maintenance of the Global Hawk unmanned aircraft system, emphasizing the need for high-quality standards and comprehensive support throughout the system's lifecycle. Interested contractors must demonstrate their expertise in areas such as hardware and software development, logistics, and training, while also completing a Capability Matrix and submitting a six-page Capabilities Document by May 30, 2025. For further inquiries, potential respondents can contact Wendy Creager or Zebulon Locke via email at wendy.creager@us.af.mil and zebulon.locke@us.af.mil, respectively.

    Point(s) of Contact
    Files
    Title
    Posted
    This federal government document outlines the capability requirements for contractors interested in participating in the Global Hawk Unmanned Aircraft System (UAS) program. It includes a structured worksheet for contractors to provide company information, confirm small business status, and document capabilities across several critical areas. These areas include scope discriminators related to hardware and software development, financial capabilities, technical expertise, logistics and sustainment, and training provisions. Contractors must demonstrate their ability to support Global Hawk systems, including managing classified materials, maintaining operational readiness, and providing necessary training and technical data. Additionally, contractors are expected to showcase past performance relevant to UAS development, financing capabilities, and ongoing maintenance support. Each response has specific requirements, emphasizing the need for thorough documentation and adherence to outlined standards. This process aims to ensure that only capable companies are engaged for vital defense contract work relating to Unmanned Aircraft technologies and services.
    The Global Hawk Program Office is conducting market research to identify potential contractors with the necessary expertise and capabilities to support the Global Hawk RQ-4 aircraft throughout its lifecycle. The government is looking for suppliers that can provide all required supplies, services, and personnel, emphasizing that the contractor must uphold high-quality standards for any materials used. Participation in this survey does not guarantee future contract awards, and the government will not cover any related expenses. The anticipated contract, a five-year sole-source agreement, seeks to sustain and modernize the Global Hawk system, currently managed by Northrop Grumman. Contractors are asked to complete a Capability Matrix and submit a six-page Capabilities Document detailing their experience, team arrangements, and capabilities. They should indicate if they are interested in prime or subcontracting positions and recognize the limitations on data rights concerning the RQ-4 aircraft. Additionally, firms must be registered in the System for Award Management (SAM) and confirm their compliance with applicable NAICS codes. The submission deadline for interest is May 30, 2025, directed to the designated Contracting Officer.
    The document FA8578-25-R-RQ4GH is a Sources Sought Synopsis for support and services related to the Global Hawk RQ-4 program. It addresses a contractor's inquiry regarding the submission requirements for specific capabilities under the request. The U.S. Government (USG) clarified that contractors interested in a particular major component subsystem, such as payloads, may submit a capabilities package. However, prime contractors must demonstrate competency across all necessary capability areas to be eligible. This document serves to outline the requirements for potential contractors and encourages collaboration in subcontracting opportunities. Overall, it emphasizes the USG's intent to gather interest and potential bids for comprehensive support for the RQ-4 program while highlighting the importance of meeting performance standards across all areas.
    The document is a Sources Sought Synopsis for the Global Hawk RQ-4 Program Support and Services, indicating the government's interest in gathering information from potential contractors. It reveals a question raised about the submission format for the required Capabilities Matrix, originally stated as MS Word but later clarified by the U.S. Government (USG) to accept either MS Word or MS Excel formats as long as the necessary information is included. This synopsis serves as a preliminary step in the procurement process, enabling the government to identify qualified vendors capable of fulfilling the RQ-4 program's support and services needs. The inquiry and its response reflect transparency and flexibility in the application process, emphasizing the importance of correctly submitted documentation. Overall, this document underscores the government's efforts to streamline the RFP process for the vital RQ-4 program.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    U-2 Life Support Sustainment and Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for U-2 Life Support Sustainment and Support services. The procurement aims to secure depot-level sustainment support for U-2 Life Support oxygen-related equipment, including the maintenance of S-1034 Pilot Protective Assemblies, oxygen systems, and survival kits, as well as material management tasks under Contractor Logistics Support (CLS) principles. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals; interested contractors are encouraged to respond by January 2, 2026, to provide their capabilities and experience. For further inquiries, interested parties may contact Brittney Lightsey at brittney.lightsey@us.af.mil or Michelle Rivera at michelle.rivera.3@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    MB-2 & B-7 Retrofit Material Kit & Installs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to procure a Firm Fixed Price Delivery Order for the retrofit of one MQ-4C Triton ground asset and one air vehicle to an IFC-4 configuration. This procurement includes the necessary material, labor, software suite, configurations, and supporting documents required for the installation, with the contract award anticipated in the fourth quarter of fiscal year 2026 and a performance period of approximately 12 months. The requirement is being pursued on a sole source basis from Northrop Grumman Systems Corporation (NGSC), the sole designer and manufacturer of the MQ-4C Triton, due to their unique expertise in the design and maintenance of these systems. Interested parties may submit capability statements to the primary contact, Sharon Green, at sharon.m.green2.civ@us.navy.mil, or the secondary contact, Tyler Summers, at tyler.m.summers2.civ@us.navy.mil, for consideration in determining the potential for competitive procurement.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    GEOINT/Infrastructure Field Support System Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    Amended Request for Information (RFI) – Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information on small Unmanned Aircraft Systems (sUAS) for ground and maritime search and rescue operations. The objective is to identify systems that can provide organic Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to enhance communication, threat detection, and personnel location in contested environments. These systems are crucial for Air Force Rescue Forces, particularly in scenarios where traditional aircraft may be denied access, such as in dense foliage or maritime conditions. Interested parties should submit their responses to the Request for Information (RFI) FA8629-25-R-6004 by July 25, 2025, and can contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Bradford Kenney at bradford.kenney.1.ctr@us.af.mil for further details.
    sUAS Group 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a Small Unmanned Aerial System (sUAS) Group 1, as outlined in a combined synopsis/solicitation. The required specifications for the quadcopter drone include a minimum range of 3 kilometers, a flight time of at least 30 minutes, a minimum propeller size of 8 inches, and the inclusion of a remote control, rechargeable batteries, and Wi-Fi connectivity. This procurement is critical for enhancing operational capabilities within various government applications, and interested vendors must submit their quotes by December 17, 2025, with questions due by August 25, 2025. For further inquiries, potential bidders can contact Cory Palletti at cory.b.palletti2.mil@army.mil or Justin C. Gould at justin.c.gould5.mil@army.mil.
    Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to modernize and upgrade the LC-130H Polar Mission aircraft to the LC-130J variant. The objective is to find qualified firms capable of delivering a fully modified and integrated LC-130J that meets the requirements for polar missions, as the existing LC-130H fleet is being phased out. This modernization effort is crucial for maintaining operational capabilities in polar environments, and the government may consider a sole-source contract with Lockheed Martin Corp. Interested contractors must submit their responses, including a Contractor Capability Survey, by December 22, 2025, to Amber Mathe at amber.mathe@us.af.mil or Hannah Tuck at hannah.tuck.1@us.af.mil, as the information gathered will be used solely for market research purposes.
    AN/ALQ-172 Repair
    Dept Of Defense
    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.