ALE-50 Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting a Sources Sought / Market Survey to identify potential sources capable of providing repair services for ALE-50 Chassis, Launcher Controller, and Control Dispenser components. This effort is for use by United States Air Force (USAF) personnel and is anticipated to begin in FY26 and continue through FY28. The government currently holds a sole-source position due to a lack of data and is seeking industry input. Responses are due by May 1, 2026.
Scope of Work
This market survey seeks to identify qualified contractors for the repair of specific ALE-50 components, including the Chassis, Launcher Controller, and Control Dispenser. Key requirements include:
- Providing all necessary material, support equipment, tools, test equipment, and services.
- Maintaining and calibrating all required equipment at the contractor's or subcontractor's facility.
- Ensuring contractor-furnished material or parts meet or exceed the quality of original components.
- Access to secure/classified information, requiring qualified facilities and personnel.
Contract & Timeline
- Type: Sources Sought / Market Survey (RFI)
- Anticipated Repair Period: FY26 through FY28
- Set-Aside: Not specified for this RFI; seeking input on potential Small Business set-aside areas.
- Response Due: May 1, 2026, 4:00 PM Z
- Published: April 3, 2026
- Place of Performance: Warner Robins, GA (or contractor's facility)
Submission & Evaluation
Interested sources must identify their interest and capability by providing documentation. Companies lacking direct experience are encouraged to explain how they would overcome this (e.g., teaming, subcontracting). Responses to the Contractor Capability Survey (Parts I and II) are required. Joint ventures and teaming arrangements are encouraged. The government is also seeking identification of any work areas suitable for exclusive Small Business set-aside. Responses must be in a readable electronic format, not exceeding 10 MB per email.
Additional Notes
The government does not own the data required to produce or repair these components. Raytheon (CAGE 06129) is the sole owner of the data package and, as of December 18, 2025, is not willing to sell drawings or proprietary data. The government will not reimburse participants for any expenses associated with this market survey. For questions, contact PCO Kenneth Dickman (kenneth.dickman@us.af.mil) or Contract Specialist Clyde Kincaide III (clyde.kincaide@us.af.mil).