Stand-in Attack Weapon (SiAW) AUR 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 is conducting market research through a Sources Sought notice for the Stand-in Attack Weapon (SiAW) All-Up-Round (AUR). The purpose is to identify potential sources capable of providing a SiAW equivalent missile system, including hardware, software, logistics, trainers, and system verification elements. This AUR must be compatible with existing launch platforms like the F-35, F-16, F-47, and B-21. Responses are due by March 19, 2026, at 5:00 PM EST.
Scope of Work
The USAF seeks to enhance its capabilities to suppress and neutralize enemy air defenses. The desired weapon system should offer similar or improved capabilities compared to SiAW, focusing on:
- Extended Range: Engage targets at significant standoff distances.
- Advanced Targeting: Anti-radiation seeker with broad frequency coverage, ability to target modern radar systems (frequency-agile, LPI), ballistic threats, and non-cooperative targets. Includes precision navigation (GPS/INS with anti-jamming) and re-attack capability.
- Electronic Counter-Countermeasures (ECCM): Robust capabilities against chaff, flares, and jamming.
- Lethality: High probability of kill against diverse targets.
- Platform Integration: Compatibility with F-35, F-16, F-47, B-21; open architecture; MIL-STD-1760 and Universal Armament Interface (Rev6) compliance.
- Reliability & Maintainability: High operational availability, minimal maintenance, 15-year service life.
- Logistics Support: Comprehensive package including training, manuals, spares, technical assistance, and transportation.
- Cybersecurity: Compliance with DoDI 8500.01, DoDI 5200.44, NIST SP 800-53, and CNSSI 1253.
- Exportability: Open and modular design for future export and partner compatibility.
- Affordability & Producibility: Capable of delivering up to 600 production AURs per year.
- Security: Facilities and personnel with current access to CORE and ability to handle SECRET and TOP SECRET data.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: 2026 to 2030 (approx. 48 months from contract award to Production Lot 1 delivery).
- NAICS Code: 336414 Guided Missile and Space Vehicle Manufacturing.
- PSC: 1410 Guided Missile Systems, Complete.
- Set-Aside: None specified (businesses of all sizes encouraged to respond).
- Response Due: March 19, 2026, 5:00 PM EST.
- Published: March 3, 2026.
Submission Requirements
Interested parties should submit a Capability Statement package (max 20 pages) demonstrating their ability to meet the required capabilities. The statement should address:
- System concepts, TRL/MRL, and performance characteristics.
- Recommended program approach and period of performance.
- Rough Order of Magnitude (ROM) pricing for development/integration and unit costs for 50-600 AURs.
- Program organization and resourcing plan.
- Experience and tools for Model Based Systems Engineering.
- Data rights construct.
- Past experience in areas like MBSE, modularity, missile integration, flight control, targeting, rapid development, T&E, WOSA, rapid prototyping, and design for manufacturability (DFMA, competitive sourcing, supply chain management).
- Pathway to maturation of technology, affordability, modularity, or manufacturability.
Unclassified responses should be submitted electronically via DODSafe to Lindsey Barrow (lindsey.barrow.1@us.af.mil) and Diana Graziano (diana.graziano@us.af.mil). Classified portions must be submitted via CORE to LtCol Breana Raney. Attachments (Systems Requirement Document - CUI and Classified Appendix) are available upon request, requiring verification of contractor's ability to receive Distro D/CUI and classified material; requests must be made at least 5 business days prior to the RFI closing.
Additional Notes
This is for informational purposes only and is not a Request for Proposal. The Government will not pay for information received. Commercial firms (Odyssey, Astrion, Booz Allen Hamilton, John Hopkins) with NDAs will serve as technical reviewers.