Endless Forge
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 (AFRL) is seeking innovative research and development (R&D) proposals for Endless Forge (EF), a Manufacturing as a Service (MaaS) initiative. This program aims to establish adaptive, surge-adaptive, resilient, and scalable manufacturing capabilities to ensure US industrial base dominance and enable rapid scaling of DAF weapon systems. This is an Open Period Solicitation (MAA FA2394-24-R-B003) utilizing Other Transaction (OT) authorities. Initial white papers are due by February 19, 2028.
Purpose & Scope
Endless Forge seeks to shift manufacturing from traditional value chains to adaptive, regionalized production networks. AFRL is interested in innovative products, technologies, and services across two primary Areas of Interest (AOIs):
- AOI 01: EF Technology Sprints – Focuses on reducing technical risk in specific enabling technologies such as Model-Based Quality Assurance, Modular Integration, IntelDevOps, Software-Defined Manufacturing, Secure Data Exchange, Engines/Subsystems, and other digital thread technologies.
- AOI 02: Technology Demonstration – Aims to demonstrate the overall Endless Forge concept through applications like Attrition-Tolerant Mass & Subsonic Systems (sUAS/Munitions/Decoys), Autonomous Collaborative Platforms (ACPs), Space Systems, and High-Speed Affordable Weapons.
Contract Details
- Type: Anticipated awards include Other Transaction (OT) for Prototype and Cost Plus Fixed Fee (CPFF) contracts.
- Period of Performance: Approximately 36 months per award (33 months for technical performance, 3 months for reporting).
- Estimated Value: The total program estimated cost is $149 Million, with multiple awards anticipated. Funding is subject to change and not guaranteed.
- Set-Aside: This is an unrestricted solicitation. Small businesses are encouraged to propose. Foreign participation is not authorized at the prime contractor level.
Key Requirements & Deliverables
- The primary deliverable is white papers, with subsequent proposals for selected efforts.
- Deliverables may include Data Items (CDRLs per DD Form 1423-1), Software, and Hardware.
- Efforts may require up to TOP SECRET facility security clearance and safeguarding capability.
- Compliance with Export Control (ITAR/EAR) regulations, requiring a certified DD Form 2345.
- Security Risk Reviews (per AFRLI 61-113) will be conducted to identify potential undue foreign influence, requiring submission of Senior/Key Person Profiles, Security Program Questionnaires, and Privacy Act Statements. U.S. citizenship is required for contractor employees accessing USAF bases or U.S. Government IT networks.
- Adherence to Operations Security (OPSEC) and Science and Technology (S&T) Protection Plans is mandatory.
Submission & Evaluation
- White Paper Submission Due Date: February 19, 2028, by 1400 EST.
- Electronic white paper submissions should be sent to Marina Papayanki (marina.papayanki@us.af.mil).
- Requests for classified appendix must be submitted by November 19, 2027, with questions due by December 19, 2027.
- An initial virtual industry day is anticipated in late March (notional).
- Cost sharing is not required. Government Furnished Property (GFP) and Base Support are not anticipated.
- Offerors must refer to MAA FA2394-24-R-B003 and any subsequent amendments.