F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
ID: FA480926Q0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    No associated files provided.
    Similar Opportunities
    F-15 Current Monitor and Antenna 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 current monitor and antenna 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 components to serviceable condition in accordance with specified technical orders. The selected contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all services at their location, utilizing Government Furnished Property for parts transfer. Interested parties should contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil for inquiries, and must ensure registration in the System for Award Management (SAM) to be eligible for award. All solicitation documents and updates will be available on SAM.gov.
    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/EX Primary Pressure Regulator and Shutoff Valve (PPRSV) PN 3215986-1-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources to support the depot activation and sustainment capability for the F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV), part number 3215986-1-1. This opportunity involves delivering technical orders, necessary spares, engineering support, and training for USAF technicians, ensuring depot readiness and compliance with cybersecurity regulations. The selected contractor will play a crucial role in maintaining and overhauling vital aircraft components, with the contract anticipated to commence in Fiscal Year 2027. Interested parties must submit their capability statements electronically by 4 PM EST on January 30, 2026, to Valerie Neff at valerie.neff@us.af.mil.
    CABLE ASSEMBLY (26-R-0029)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of cable assemblies (NSNs 6150-00-406-2752, 6150-00-450-8176, and 6150-00-450-8177) as part of a total small business set-aside initiative. The solicitation, identified as SPRHA2-26-R-0029, requires bidders to adhere to a strict delivery schedule, with first articles due within 120 calendar days and production articles due 120 days after approval or by January 8, 2027, if no first article is required. These cable assemblies are critical components for the MMIII Weapon System, necessitating compliance with stringent packaging, marking, and supply chain traceability standards. Interested parties should contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or call 385-591-3547 for further details and to ensure their proposals meet the outlined requirements.
    F-15E/EX Radar Modernization Program (RMP) Non-Radar Depot Activation – Molecular Sieve Oxygen Generating System (MSOGS)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force Life Cycle Management Center, is preparing to award a sole source contract for the F-15E/EX Radar Modernization Program, focusing on the Molecular Sieve Oxygen Generating System (MSOGS) Depot Activation. This contract aims to procure the necessary equipment to establish two depot-level maintenance and repair lines for the F-15 MSOGS at the Oklahoma City Air Logistics Complex on Tinker Air Force Base, which will service specific line-replace units. The contract will be awarded under Other Than Full and Open Competition procedures, citing the authority of 10 U.S.C. 3204(a)(1), and is critical for maintaining the operational readiness of the F-15E/EX Weapon System. Interested parties can reach out to Valerie Neff at valerie.neff@us.af.mil or Myka Jarrells at myka.jarrells@us.af.mil for further inquiries, noting that foreign participation at the prime contractor level is not permitted.
    Request for Proposal for the F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX. This procurement aims to secure the necessary components for the F-15E aircraft, which are critical for its operational capabilities and maintenance. The deadline for proposal submissions has been extended from December 17, 2025, to January 16, 2026, and all other terms and conditions of the solicitation remain unchanged. Interested offerors must acknowledge this amendment to ensure their proposals are considered, and they can contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information.
    F-15 FMS Repair and Return Support Services RSAF (Follow-On)
    Dept Of Defense
    The Department of Defense is soliciting proposals for the F-15 Foreign Military Sales (FMS) Repair and Return Support Services contract to support the Royal Saudi Air Force (RSAF). This contract aims to establish a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) agreement for unclassified logistics Repair and Return Services (RRS) for various F-15 aircraft variants, with a potential performance period of up to 66 months, including a base year and five option years. The selected contractor will be responsible for managing the supply chain, ensuring compliance with quality standards, and improving turnaround times for repairs, which are critical for maintaining the operational readiness of the RSAF fleet. Interested offerors must submit their proposals by 12:00 P.M. Eastern Daylight Time on March 20, 2026, and should direct any inquiries to the Contracting Officer, Shiela Hodges, at shiela.hodges@us.af.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    NSN1680-01-585-5805YQ_ThrottleAssembly_F15_PN68G582000-1159_FD2030-25-01079
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a throttle assembly for the F-15 aircraft, identified by NSN 1680-01-585-5805 YQ. This sole source solicitation seeks firm-fixed-price offers for quantities ranging from 8 to 44 units, with specific requirements including compliance with the Buy American Act, Item Unique Identification (IUID), and electronic payment submissions via Wide Area WorkFlow (WAWF). The throttle assembly is a critical component for the operational capability of the F-15 aircraft, underscoring its importance in maintaining military readiness. Interested vendors must submit their proposals by February 4, 2026, and can direct inquiries to Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405.
    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.