Request for Information: Next-Generation Air Operations Center (AOC) Weapon System
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, Kessel Run Division, is conducting market research through a Request for Information (RFI) for the Next-Generation Air Operations Center (AOC) Weapon System. This RFI seeks cutting-edge technologies and innovative approaches to modernize the AOC, which serves as the senior command and control element for the Joint Force Air Component Commander. This is for information and planning purposes only and does not constitute a Request for Proposal. Responses are due by March 20, 2026.
Scope of Work
The RFI aims to identify solutions for the modernization of the AOC Weapon System, focusing on its role in planning, executing, and assessing air, space, and cyberspace operations. The government is interested in innovative approaches and technologies that can enhance the AOC's capabilities.
Requested Information
Respondents must provide company details (name, address, POC, CAGE, facility clearance, NAICS 541511 or 541512 with $34M size standard, and socio-economic status). Technical Requirements: Describe solutions, recommendations, and experience as a prime contractor/systems integrator for weapon systems, addressing the Program Information and Statement of Need (Attachment 2) and Technical Questions (Attachment 3). Program/Contract Management Requirements: Detail recent past performance (within 3 years) in similar Department of War activities, DCAA audit adequacy, Cost Accounting Standards (CAS) experience, "nontraditional defense contractor" status, recommended contract types/structure, suggestions for improving RFP responsiveness, outcome-based approaches, recommended Other Transaction Agreement (OTA) structure, and effective acquisition vehicles/performance objectives.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None (open to large businesses, per Q&A)
- NAICS: 541511 or 541512 (Small Business Size Standard $34M)
- Response Due: March 20, 2026, 7:00 PM UTC
- Published: March 11, 2026
Submission Requirements
Responses must be submitted as a white paper, limited to 30 pages in PDF format (12-point font). Submissions are due via email to rachel.sullivan.3@us.af.mil and tracey.toombs@us.af.mil or through the DoD Secure Access File Exchange (SAFE) website. Access to restricted attachments (Attachments 1, 2, 3) requires completing the FA8730-FALCONER-NG Documentation Request and Disclaimer Form (Attachment 1) and possessing a JCP Certificate. No classified information should be submitted. Proprietary information must be clearly identified. Submissions may be reviewed by U.S. Government personnel, FFRDC, and A&AS contractors unless a written objection is included. Third-party AI platforms are permissible if CMMC Level 2 compliant, do not retain prompts for model training, and do not use uploaded data for foundation models, while meeting CUI safeguarding requirements.
Additional Notes
This RFI is for planning purposes only; the Government will not pay for information submitted. Questions regarding this RFI must be emailed to the listed points of contact. RFI Questions and Answers (Attachment 4) are available as of March 11, 2026.