Contractor Logistics Support (CLS) for multiple Air Force terrestrial-based air defense sensors to detect and track threats in the complex National Capital Region airspace
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 market research through a Request for Information (RFI) for Contractor Logistics Support (CLS) for multiple Air Force terrestrial-based air defense sensors. These sensors detect and track threats in the complex National Capital Region airspace to support air sovereignty and aerospace defense missions. This RFI aims to identify potential sources for this critical support. Responses are due June 26, 2026.
Scope of Work
The CLS effort requires contractor technical expertise for field site or service support and Integrated Logistics Support. Key requirements include:
- System Lifecycle Sustainment: Activities associated with system lifecycle sustainment and technical data elements.
- Maintenance: Two-level maintenance concept (Organizational and Depot Level), including field service support (24/7/365 monitoring, onsite maintenance, emergency repairs) and depot-level maintenance (modifications, hardware/software updates, LRU repair, disposition & sanitization planning).
- Technical Support: Engineering analysis, recommendations, system software and cybersecurity updates, and logistics support for Line Replaceable Units (LRUs).
- Specialized Capabilities: Fabrication and machining for damaged antennas (rarely needed), experience with classified capabilities and information, and support for Government-conducted recurring testing.
- Programmatic Functions: TDP/maintenance manual updates, digital engineering, supply chain management, system engineering, obsolescence management, risk management, cybersecurity updates, quality assurance, configuration/data management, system integration labs, security management, OCI identification/mitigation, network management, and COMSEC management.
Contract & Timeline
- Type: Presolicitation / Request for Information (RFI) for market research.
- Anticipated Duration: Five (5) years, starting January 2028.
- Performance Level: SECRET-level only.
- Set-Aside: Not specified; RFI is for market research to determine potential set-asides.
- Response Due: June 26, 2026, at 5:00 PM EDT.
- Published: May 6, 2026.
Submission & Evaluation
Responses must be UNCLASSIFIED, limited to 10 pages (or 5 pages excluding title/administrative data), in PDF format, with a minimum 12-point font. This is not a Request for Proposal (RFP), and no contract will be awarded based on this RFI. The government will use responses to assess industry capabilities and potential small business participation.
Eligibility & Requested Information
Vendors must be able to provide capabilities as a prime or with subcontractors. The RFI requests information on:
- Company details (Name, Address, CAGE, UEI, POC, Web Page, Teaming Partners, Active Government contract vehicles).
- Ability to store, work with, and process SECRET-level information.
- Relevant experience with CLS and two-level maintenance of air surveillance systems, including classified DoD equipment and legacy software.
- Staff security clearances and facility access to SECRET level.
- Expertise with non-COTS LRUs, OEM engagement, hardware End-of-Life/obsolescence management.
- Experience with Risk Management Framework (RMF) and NIST SP 800-53, and managing support operations for geographically separated locations.
- Experience as a lead systems integrator.
- Identification of any restrictive or unclear requirements with recommended alternatives.