RSAF F-15 Classified Repair and Return Services (Robins AFB)
ID: FA8575-26-RSAFCRSSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8575 AFLCMC WAQKAROBINS AFB, GA, 31098-1670, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking sources for F-15 Classified Repair and Return Services specifically for the Royal Saudi Air Force (RSAF) F-15 Fleet. This procurement aims to identify contractors with the necessary expertise in logistics management, repair, and sustainment of both classified and unclassified F-15 items that require classified testing, software, or technical orders. The selected contractor will be responsible for providing all required materials, support equipment, tools, and services, while ensuring compliance with security requirements, including a SECRET security clearance and the capability to handle classified information. Interested parties must respond to the market research by February 18, 2026, and can direct inquiries to Aadrian Dawsey at aadrain.dawsey@us.af.mil or Leon Castellano at Leon.Castellano@us.af.mil for further details.

    Files
    Title
    Posted
    The government is seeking sources for F-15 Classified Repair and Return Services for the Royal Saudi Air Force (RSAF) F-15 Fleet. This market research aims to identify contractors with expertise in logistics management, repair, and sustainment of classified and unclassified F-15 items that require classified testing, software, or technical orders. Contractors must have the capability to store classified information (SECRET level clearance required) and Controlled Unclassified Information (CUI). Foreign participation is not allowed. The contractor will be responsible for providing all necessary materials, support equipment, tools, test equipment, and services, including identifying certified Sources of Repair (SORs) and managing the repair cycle to meet Turnaround Times (TATs). The program also addresses Mission Capability (MICAP) and Urgent Repair Requests. The document includes a comprehensive list of F-15 components requiring repair and a contractor capability survey requesting detailed information on facility capabilities, past experience, classified material handling, quality assurance, and repair processes. Responses to this market research are due by February 18, 2026.
    The government is seeking sources for F-15 Classified Repair and Return Services for the Royal Saudi Air Force (RSAF) F-15 Fleet. This market research aims to identify contractors with expertise in logistics management, repair, and sustainment of classified and unclassified F-15 items requiring classified testing, software, or technical orders. Contractors must have a SECRET security clearance, the capability to store classified information, and provide all necessary materials, support, and test equipment. Foreign participation is not permitted. The Request for Information (RFI) is for planning purposes only and does not guarantee future contract awards. Responses should detail company capabilities, past experience, quality assurance processes, and approaches to managing turnaround times and obsolescence for a list of specific F-15 components.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-5 Parts Repair and Return
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis for F-5 Parts Repair and Return services, aimed at identifying potential sources for this acquisition strategy. The procurement involves the repair and return of critical components such as Rotary Electro-Mechanical Actuators and Power Supplies, with a focus on addressing specific malfunctions and ensuring compliance with technical standards for Foreign Military Sales (FMS) customers. Interested parties are encouraged to submit their capabilities and relevant company information by January 30, 2026, to Danielle Stiff at danielle.stiff.1@us.af.mil or Mark Parker at mark.parker.12@us.af.mil, as this effort is part of market research to assess competition and small business participation in the upcoming contract.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a Firm Fixed Price contract for the repair of the Air Data Processor (ADP), NSN: 6610-01-432-8459FX, with a focus on providing all necessary parts and labor for testing and repair. This sole source requirement is directed towards Honeywell International, as they possess the unique technical data and capabilities required to ensure compatibility with the F-15E’s performance specifications. The contract, which is critical for maintaining operational readiness, will be executed under a Direct Sales Partnership Agreement and is set for a duration of one year, with proposals due by January 30, 2026. Interested parties can reach out to Madison Norris at madison.norris@us.af.mil for further details.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    REQUEST FOR INFORMATION (RFI) AN/ALR-69A Radar Warning Receiver (RWR) Countermeasure Signal Processor (CSP) Radar Receiver (RR) Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide engineering services for the AN/ALR-69A Radar Warning Receiver (RWR) system, which includes the Countermeasure Signal Processor (CSP) and Radar Receivers (RRs). The procurement aims to enhance the capabilities of the RWR, which is vital for aircraft survivability in complex threat environments, by offering support in areas such as software maintenance, operational flight program support, and hardware conditioning. This five-year contract, currently sole-sourced to Raytheon Company, encourages responses from both large and small businesses, particularly those with experience in classified material handling and technical data generation. Interested parties must submit their capabilities and business information by January 17, 2026, to the primary contact, Desura Gates, at desura.gates.1@us.af.mil, or the secondary contact, Porscha Hicks, at porscha.hicks@us.af.mil.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.