Conformable Batteries
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 U.S. Air Force Life Cycle Management Center (AFLCMC/WISN) is conducting market research through a Sources Sought Synopsis (SSS)/Request for Information (RFI) to identify conformable batteries for wearable hubs used by special warfare personnel. This RFI aims to address a critical capability gap where current batteries are bulky, obstruct movement, and are susceptible to damage. Responses are due by February 15, 2026.
Capability Gap & Requirements
The Air Force seeks a more streamlined battery solution that integrates better into an operator's silhouette and body-worn kit. Key system requirements include:
- Compliance: SMBus and SBData compliant to v1.1 minimum.
- Size: Less than 1 inch in thickness/depth and less than 11x11 inches (length/height) for concealable and protectable configuration within body-worn kit.
- Weight: Less than or equal to 3 pounds (excluding cables, adapters, and charging accessories).
- Power: Capable of providing power exceeding five (5) hours of continuous use when fully charged.
- Charging: AC/DC chargeable; vehicle and/or solar charging are preferred secondary options.
- Connectivity: Options to connect equipment via common industry standards and easily configurable for future requirements.
- Environmental: Capable of operating in extreme environments, including temperatures below 20 degrees Fahrenheit and above 130 degrees Fahrenheit.
Submission Instructions
Interested parties should submit responses demonstrating their technology and qualifications. Submissions must include:
- Company Name, Address, Point of Contact (phone/email), CAGE Code, Web Page URL.
- Small business status (e.g., Small Business, WOSB, EDWOSB, HUBZone, VOSB, SDVOSB, 8(a)) and ownership (domestic/foreign).
- Interest in being a prime or subcontractor.
- Pictures, drawings, connectivity information, test results, and ability to deliver within 6 months.
- A rough order of magnitude (ROM) cost estimate.
- Information on current performance of similar work, commercial solutions, product warranty terms, spare parts, new equipment training, potential product improvements, and identified risks.
- Details on compliance with FAR 52.219-14 (Limitations on Subcontracting) and FAR 52.219-33 (Non-Manufacturer Rule) if applicable.
Contract & Timeline
- Type: Sources Sought / Request for Information (for market research only)
- Set-Aside: None specified
- Response Due: February 15, 2026, by 12:00 PM Eastern Time
- Published: January 14, 2026
Contact Information
Responses should be emailed to Joseph Evans (Contracting Officer) at joseph.evans.27@us.af.mil, Christopher Day (Program Manager), and Kenneth Aldrich (Engineer).
Additional Notes
Responses shall not exceed 20 pages. Proprietary data must be clearly marked. This RFI is for informational purposes only and does not constitute a commitment to procure. Prospective contractors must be registered in the System for Award Management (SAM) database.