PRESOLICITATION: 415 SCMS Squadron Strategic MAC IDIQ
ID: FA8250-26-R-00XXType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8250 AFSC PZAAAHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is preparing to establish a Strategic Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) for repair services through the 415 SCMS Squadron at Hill AFB. This contract will encompass repair services for 11 weapon systems and approximately 124 National Stock Numbers (NSNs), ensuring that repair designs meet or exceed system requirements and adhere to Form, Fit, Function, and Interface (FFFI) standards. The anticipated contract will have a five-year basic ordering period with an option for an additional five years, with a total potential contract length of 10 years, and is expected to be awarded by June 1, 2026. Interested vendors must submit a Source Approval Request (SAR) package by December 6, 2025, to be considered for this opportunity, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil or Nick Standiford at nicholas.standiford@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a five-year procurement plan for various military and defense-related items, identified by their National Stock Numbers (NSN) and program names such as BAND SIM, CRC, MUTES, MINI MUTES, GPS, JTE, MILSATCOM/SEON, MILSTAR, MWD, SBIRS, SCS, TRTG, and UMTE. For each item, the file specifies minimum, best, and maximum quantities required across five years. The quantities fluctuate each year, indicating an evolving demand or supply strategy. The data suggests a structured approach to inventory management for critical components, likely supporting ongoing operations, maintenance, or new system deployments within the federal government's defense sector.
    The document states that it is protected by Microsoft Information Protection encryption. Users are encountering this page because they are either unauthorized to view the content or are using a PDF viewer that does not support Azure Rights Management. To access the document, users must employ a compatible PDF viewer or obtain permissions from the document owner. The document also references Microsoft's privacy statement. This document is likely part of a federal government RFP, federal grant, or state/local RFP, and its encryption ensures secure and authorized access to sensitive information within such governmental processes.
    This document outlines the Repair Qualification Requirements (RQR) for 124 National Stock Numbers (NSNs) grouped into numbered categories, serving as an RFP for repair services. Offerors can apply for qualification for entire categories, individual NSNs, or a combination. Qualification does not guarantee a contract, and all expenses are borne by the offeror. Key requirements include notifying the Government Small Business Office, certifying facilities and equipment, verifying possession of technical data packages, demonstrating compliance with repair processes and UID requirements, and submitting a qualification test plan. Estimated qualification costs are $10,000 per category, with an estimated completion time of 60 days per request. Offerors must be fully qualified by the solicitation closing date to be eligible for award. The document also details six Source Qualification Waiver Criteria (QWC) that may exempt offerors from some or all qualification requirements, particularly if they can demonstrate prior experience or similar qualifications.
    This document outlines instructions for preparing proposals and the evaluation criteria for a government contract. Offerors must adhere to specific formatting and content requirements, including submitting digital proposals to designated government contacts. Key requirements include qualification on at least one National Stock Number (NSN) via the AFMC 762 or by submitting a Repair Qualification Requirements (RQR) package, a Notice of Intent to Participate, and completing applicable clauses and certifications. Proposals will be evaluated based on technical qualification, verified through existing approvals or submitted RQR packages. The government reserves the right to award based on initial proposals and may award to all qualified vendors, but also reserves the right to make no award at all. Offerors must meet all solicitation requirements, including terms, conditions, representations, and certifications, and be determined responsible per FAR 9.104.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-16 SST Repair; NSN; 5998-01-555-5340
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Buyer not available
    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.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    FD2030-25-01565
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    N0038326PR0R173 - Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.