Skip to content
Department of Defense

U-2 AN/ALQ-221 Electronic Warfare System (EWS) Contractor Logistics Support (CLS)

Solicitation: FA852820D0009-2026
Notice ID: d8dd1a99821b417cbdd954cd1d883371

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Jan 22, 2026. Industry: NAICS 541330 • PSC R425.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA852820D0009-2026. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,768,542,510
Sector total $5,861,913,128,863 • Share 0.1%
Live
Median
$900,000
P10–P90
$21,923$39,800,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+30634%($4,737,611,814)
Deal sizing
$900,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for GA
Live POP
Place of performance
Warner Robins, Georgia • 31098 United States
State: GA
Contracting office
Robins Afb, GA • 31098-1670 USA

Point of Contact

Name
Zebulon Locke
Email
zebulon.locke@us.af.mil
Phone
Not available
Name
Hannah Tuck
Email
hannah.tuck.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • INTELLIGENCE, SURVEILLANCE, RECONNAISSANCE • FA8528 AFLCMC WIKA
Contracting Office Address
Robins Afb, GA
31098-1670 USA

More in NAICS 541330

Description

This is a Sources Sought for the Air Force Life Cycle Management Center (AFLCMC) in support of the WIAU U-2 Division seeking information on how an interested contractor can possess the repair data, expertise, capabilities, and experience to meet qualification requirements to provide Contractor Logistic Support (CLS) for the Electronic Warfare System (EWS) installed on the United States Air Force (USAF) Aircraft.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is solely for information and planning purposes.  It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Jan 07, 2026
Executive summary

The opportunity involves providing Contractor Logistics Support (CLS) for the U-2 AN/ALQ-221 Electronic Warfare System, as sought by the Department of the Air Force. This Sources Sought notice aims to identify capable vendors for potential future contracting opportunities.

What the buyer is trying to do

The buyer is seeking information from the industry regarding firms capable of delivering CLS for the AN/ALQ-221 Electronic Warfare System, including maintenance, support, and logistics operations.

Work breakdown
  • Assess current logistical support capabilities for the AN/ALQ-221 EWS.
  • Identify vendor qualifications and experience in electronic warfare systems.
  • Determine resource availability for the proposed period of performance.
  • Evaluate potential risks associated with CLS for electronic systems.
Response package checklist
  • Company profile and relevant experience in CLS.
  • Technical approach to supporting the AN/ALQ-221 EWS.
  • Resumes of key personnel proposed for the contract.
  • Past performance references related to similar contracts.
Suggested keywords
Contractor Logistics SupportElectronic WarfareU-2 AN/ALQ-221Military logisticsDefense contracting
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed scope of work for the CLS requirements.
  • Budget constraints or funding levels for the project.
  • Specific competencies required for bidders.
  • Any anticipated changes in system specifications or capabilities.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.