AN/ALQ-184 Drive Control
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 Request for Information (RFI) to identify potential sources capable of manufacturing the AN/ALQ-184 Drive Control (NSN: 5865-00-007-6950EW, PN: 578R611H04). This RFI is for market research and planning purposes only, not a solicitation. Responses are due by February 27, 2026.
Scope of Work
The government seeks to identify sources with the data, expertise, capabilities, and experience to meet qualification requirements for manufacturing the AN/ALQ-184 Drive Control. This component is used on the AN/ALQ-184 Electronic Attack Pod to regulate the balance of gain for the RF output. Historically, the government does not own the complete technical data packages but possesses specification control data. The original equipment manufacturer is Raytheon Corp.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 334419 (Other Electronic Component Manufacturing)
- Response Due: February 27, 2026
- Published: February 12, 2026
Submission Requirements
Interested parties should provide documentation supporting their company's capability, including a completed Contractor Capability Survey. This survey requests detailed business information, general capabilities (facility, staff, management, past experience, classified material handling, production capacity), hardware production capabilities (repair/manufacturing, QA, testing, inventory, facilities/equipment, addressing missing data, technology insertion, reverse engineering), and commerciality information. Responses must be submitted electronically to Ms. Jennifer Ogden (jennifer.ogden@us.af.mil) in Adobe PDF format, not exceeding 5 MB. No company brochures or marketing materials should be included.
Eligibility / Set-Aside
Participation is limited to DoD and U.S. DoD Contractors only. Both large and small businesses are encouraged to participate, and joint ventures or teaming arrangements are welcome. There is no specific set-aside for this RFI.
Additional Notes
This RFI does not constitute a solicitation, and no contract will be awarded based solely on responses. The government will not reimburse costs for preparing responses. Participants must maintain facilities and cleared personnel for handling Secret-level classified information and operating systems.