F-15 FMS Repair Return Services to Support RSAF Synopsis
ID: FA8575-25-R-0002_RRSType: Presolicitation
Overview

Buyer

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

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking proposals for Repair and Return Services (RRS) to support the Royal Saudi Air Force (RSAF) F-15 fleet. This procurement aims to establish a comprehensive logistics and repair service framework, emphasizing improved turnaround times and effective management of supply chain performance, while addressing Mission Impaired Capability Awaiting Parts (MICAP) issues. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with a one-year base period and four optional one-year extensions, and is crucial for enhancing the operational capabilities of the RSAF's F-15 aircraft. Interested contractors should prepare to submit proposals by adhering to the outlined requirements, with the solicitation expected to be released on March 31, 2025, and contract awards anticipated by June 1, 2026. For further inquiries, contact Brenton Gibson at brenton.gibson@us.af.mil or Shiela Hodges at shiela.hodges@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government intends to issue a Request for Proposal (RFP) for unclassified Repair and Return (R&R) services to support the Royal Saudi Air Force (RSAF) F-15 fleet, covering a one-year base period with four optional one-year extensions and a six-month extension possibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will involve a full and open competitive acquisition, in accordance with the established country laws and customs of Saudi Arabia. Key RRS requirements include managing supply chain performance, ensuring timely delivery of repaired items, and addressing Mission Impaired Capability Awaiting Parts (MICAP) issues. The evaluation will consider Technical Capability, Cost/Price, Past Performance, and Small Business Utilization, utilizing both Fixed-Price and Cost-Reimbursable pricing methods. The contract will also include various cost line items for operation, maintenance, and data. The solicitation release is anticipated on March 31, 2025, with contract awards projected for June 1, 2026. This initiative exemplifies the government’s endeavor to provide comprehensive logistical support while fostering compliance with Saudi regulations and enhancing operational effectiveness for the RSAF's aviation capabilities.
    The Performance Work Statement (PWS) FD2060-24-30444 outlines the requirements for Repair and Return Services (RRS) to support the Royal Saudi Air Force (RSAF) F-15 fleet. The contractor must ensure efficient logistics and repair services, emphasizing improved Turn-Around-Time (TAT) and cost management. Two primary objectives focus on establishing a network of qualified Sources of Repair (SOR) for unclassified F-15 components and analyzing TAT performance. Key responsibilities include tracking supply chain status, managing defective parts, ensuring quality control, and reporting on average Work in Progress (WIP). The contractor must comply with Saudi Arabian laws during service delivery and maintain adherence to quality management standards such as ISO 9001:2015. The project, approved by the US Government under foreign military sales agreements, is crucial for enhancing the RSAF's F-15 capabilities as the fleet undergoes modernization. Deliverables are strictly monitored, with specific performance thresholds outlined to ensure timely and quality service. The contractor is accountable for the maintenance of government property as well as providing comprehensive documentation and analytics to support repair management efforts throughout the contract duration.
    The document outlines the proposal requirements for a solicitation related to the F-15 Foreign Military Sales Repair and Return (RRS). It emphasizes the importance of following specified instructions to ensure timely evaluation and compliance with the Request for Proposal (RFP) conditions. Offerors must submit a single proposal, no cost information in the cover letter, and adhere to a strict volume structure including completed RFP forms, a technical proposal, past performance details, cost/price proposals, and small business participation strategies. Specific requirements include clear communication protocols for exchanging source selection information, submitting well-organized volumes, and addressing risk management in technical proposals. Proposals must demonstrate technical capability, highlight management and compliance processes, and include verifiable past performance data that reflects relevant experience. The document underscores that adherence to formatting guidelines, page limits, and comprehensive completion of required documents is critical to avoid proposals being deemed non-compliant. Emphasis is placed on the integration of small business participation and compliance with established acquisition policies, aligning with federal obligations for inclusivity in contractor engagement. This RFP ensures a structured evaluation approach focused on enhancing military capabilities through effective contractor partnerships.
    The document outlines the evaluation criteria for awarding a contract related to RSAF F-15 Repair Support, utilizing a Tradeoff source selection methodology. It emphasizes a best value decision, assessing proposals based on four main factors: Technical Capability, Past Performance, Small Business Participation, and Cost/Price. Technical evaluations focus on proposals' management strategies, such as Repair Sources, Diminishing Manufacturing Sources, and Turnaround Time efficiency. Past Performance assessments gauge the offeror's success in past projects, considering recency, relevancy, and quality. Small Business Participation proposals are analyzed for adequate subcontracting plans to meet Department of Defense goals. Cost/Price evaluations ensure the reasonableness and realism of proposed pricing, calculating a Total Evaluated Price (TEP) for comparison. The emphasis on comprehensive evaluation and subjective professional judgment underscores the government's goal to select contractors that fulfill technical requirements while providing competitive pricing and supporting small business engagement. This structured approach aims to foster efficient and compliant procurement for critical military repair services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under the contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) by ensuring the operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and acceptance of various components. The contract emphasizes compliance with federal acquisition regulations and encourages participation from small businesses, with a firm-fixed price structure for the specified line items. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    F100-PW-220 Sprayring Manifold Assemblies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, as outlined in the solicitation FA812124R0019. This procurement involves multiple ordering periods with firm fixed prices for specified quantities of manifold assemblies, along with detailed data requirements and provisions for additional work. The initiative is crucial for maintaining and managing essential aircraft parts, ensuring efficient operational readiness for the Air Force. Interested contractors must submit their proposals by the new deadline of March 31, 2025, and can direct inquiries to William Heckenkemper at william.heckenkemper@us.af.mil or Savannah Mincey at savannah.mincey@us.af.mil.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    Overhaul of F-100-PW-220 #3 Bearing Air Seal NSN:2840005700773NZ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of the 3 Bearing Air Seal for the F100-PW-220 aircraft engine. This procurement involves a follow-on multi-year contract structured as a 5-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with an estimated total quantity of 30 to 450 units to be delivered over multiple ordering periods. The initiative is crucial for maintaining the operational reliability and safety of Air Force aircraft, emphasizing the need for contractors to possess specific qualifications and capabilities for effective remanufacturing. Interested parties should note that the solicitation is expected to be released on March 2, 2025, with proposals due by April 2, 2025. For further inquiries, contact Jessica Adkins at jessica.adkins.3@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ahlo@us.af.mil.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    MH-60R Saudi Upgrade/Tech Refresh RFP Notice Rev 01
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division, is soliciting proposals for the upgrade and technical refresh of the MH-60R Tactical Operational Flight Trainer (TOFT) for the Royal Saudi Naval Forces (RSNF). The procurement aims to transition the TOFT system from configuration SC18 to SC24, ensuring compliance with U.S. military standards while enhancing training capabilities through system and software engineering, risk management, and cybersecurity measures. This project underscores the U.S. commitment to supporting international military partnerships and effective training systems. Interested contractors must submit their proposals electronically by the specified deadlines, and for further inquiries, they can contact Jeannice Machado at jeannice.m.machado.civ@us.navy.mil or Jason Harvey at jason.g.harvey.civ@us.navy.mil.
    F-16 FIXTURE ASSEMBLY TEST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the F-16 Fixture Assembly Test under solicitation number SPRHA4-25-R-0191. This procurement focuses on the manufacturing of precision turned products, specifically fixture assemblies for F-16 aircraft, emphasizing compliance with quality assurance protocols, supply chain traceability, and military packaging standards. The contract is unrestricted but encourages participation from small businesses, with a critical requirement for timely delivery and adherence to specified documentation and packaging regulations. Interested contractors must acknowledge amendments to the solicitation, with the latest submission deadline set for March 4, 2025. For further inquiries, potential bidders can contact Kody Quayle at kody.quayle@us.af.mil.