Request for Information (RFI) for Product Support Business Case Analysis (BCA) for USAF E-7A Aircraft
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 United States Air Force E-7A Program Office (AFLCMC/WIW) is conducting a Request for Information (RFI) to identify companies capable of performing a comprehensive Product Support Business Case Analysis (BCA) for the E-7A aircraft fleet. This RFI is for planning purposes only and does not constitute a commitment to procure services. Responses are due May 11, 2026, 5:00 PM EST.
Scope of Work
The BCA aims to identify the most effective and efficient product support strategy for the E-7A throughout its lifecycle, accommodating a fleet size of 2 to 26 aircraft. The analysis must cover both field-level (organizational/intermediate) and depot-level sustainment, adhering to the DoD Product Support BCA Guidebook and relevant guidance. Three alternatives are to be analyzed:
- Alternative 1: Organic (Government personnel and facilities for all functions).
- Alternative 2: Hybrid (Single prime contractor for field and depot sustainment - Contractor Logistics Support).
- Alternative 3: Hybrid-to-Organic (Public-Private Partnership, with a phased transition to full organic support). The BCA must include Life-Cycle Cost (LCC) estimates, benefit analysis against Key Performance Parameters (KPPs) like Materiel Availability, and risk/sensitivity analysis.
Requested Information from Industry
Interested parties should submit a capabilities statement (max 15 pages) addressing:
- Corporate Experience: Company overview, CAGE code, business size, socioeconomic status, and specific experience with BCAs for major DoD weapon systems (especially large airframes or C4ISR systems), and analyzing sustainment strategies (organic, CLS, hybrid).
- Technical Approach & Capabilities: Methodology for the E-7A BCA, analytical tools, cost models, data sources, and capabilities for accessing/analyzing military weapon system data.
- Personnel Qualifications: Qualifications of key personnel (Program Manager, Lead Analyst).
- Cost and Schedule: Rough Order of Magnitude (ROM) cost estimate and estimated timeline for BCA completion.
- Government Requirements: Identification of any information needed from the government to complete the BCA.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS Codes: 541611 (Administrative Management and General Management Consulting Services), 541330 (Engineering Services)
- Set-Aside: None specified
- Response Due: May 11, 2026, 5:00 PM EST
- Published: March 6, 2026
Submission Details
- Format: Microsoft Word or Adobe PDF.
- Submission Method: Electronic email to richard.axtell.2@us.af.mil and gregory.mackessy.1@us.af.mil.
- Subject Line: "Response to RFI-E7A-BCA-2026 - [Your Company Name]"
Additional Notes
This is an RFI only; it does not constitute an RFP or a promise to issue one. The Government will not pay for information submitted. Not responding does not preclude participation in any future RFP. Written questions are due by May 11, 2026, via email.