Eagle Passive Active Warning Survivability System (EPAWSS) Sources Sought
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, Air Force Life Cycle Management Center (AFLCMC/WAQ) is conducting a Sources Sought to identify potential sources for the Eagle Passive Active Warning Survivability System (EPAWSS). This system is an integrated Electronic Warfare (EW) suite designed to replace the legacy F-15 Tactical Electronic Warfare System (TEWS), providing 360-degree integrated Radar Warning, Electronic Countermeasures, and Expendable Capabilities for F-15E and F-15EX aircraft. This is for market research purposes only, not a request for proposal. Responses are due by June 1, 2026.
Scope of Work
The Air Force seeks sources with proven capabilities to provide EPAWSS, which must:
- Technical Capabilities: Be built upon F-15 Saudi Advanced (SA) DEWS and F-35 architectures, with a minimum of 11 of 14 baseline primary Line Replaceable Units (LRUs) previously tested and fielded. It must be compatible with F-15E and F-15EX models (APG-82(v)1 or APG-63(v)3 radars, ADCP II) and include integrated Interference Blanking.
- Software & Performance: Demonstrate ability to develop, test, and sustain EPAWSS Operational Flight Program (OFP) and Mission Data File Generator (MDFG), allowing field reprogramming. Proven performance against 321+ threats in dense environments, validated through high-fidelity simulations (AFRL IDAL, HITL, IOT&E).
- Hardware Components: Immediate manufacturing and testing capabilities for specific LRUs/LRMs, including Digital Channelized Receivers (DCR), Quad Tuner Modules (QTM), Digital Processors, Interface Blanking Units, Solid State Transmitters, and various antennas. The system must integrate ALE-47 Countermeasures Dispenser (CMD) with 360 single-squib capacity and be compatible with specified expendables (e.g., MJU-71, MJU-48).
- Facilities & Security: Possess or have immediate access to classified personnel/facilities (SAP/SCI, GSSPI network), specialized test equipment (MSTS, ESIL), in-house environmental testing (ESS, CAST, AEPRT), and access to proprietary EPAWSS technical data package, VHDL documentation, source code, and engineering drawings.
Contract & Timeline
- Type: Sources Sought / Market Research (FAR Part 10)
- NAICS: 334511 (Electronic Countermeasures Equipment), Small Business Size Standard: 1250 employees.
- Set-Aside: None specified (market research to identify potential sources). Respondents should indicate business size.
- Response Due: June 1, 2026, 1600 ET
- Published: May 15, 2026
Submission Requirements
Interested firms must submit an UNCLASSIFIED technical capabilities statement (max 5 pages, 12-point font) via email to Stephannie Siembab (stephannie.siembab@us.af.mil). Submissions must include company details (CAGE, UEI, DUNS), a statement on acquiring proprietary data, business size, teaming arrangements, similar past services, and anticipated risks.
Additional Notes
This is for informational purposes only and does not constitute a solicitation or commitment to award a contract. No funds are available for response preparation.