Multi-Award Contract for Reverse Engineering of Armed Services Parts
ID: FA810925R0013Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8109 AFSC PZAACTINKER AFB, OK, 73145-3303, USA

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is issuing a multi-award contract for the reverse engineering of armed services parts, aimed at enhancing the supply chain for military components. This initiative seeks to address challenges such as high pricing, slow supply responses, and incomplete data packages that affect the readiness of weapon systems, by providing technical and engineering services to improve procurement processes. Contractors, particularly those classified as 8(a) disadvantaged businesses, will be responsible for reverse engineering items managed by the Defense Logistics Agency, producing compliant technical data and prototypes, and adhering to military quality standards, with a focus on utilizing advanced manufacturing methods like 3D printing. Interested parties can contact Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or call 405-593-5390 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The USAF 448 SCMW is issuing a multi-award contract aimed at enhancing the supply chain for armed services parts through reverse engineering and technical services. The initiative aims to tackle issues like high pricing, slow supply responses, and incomplete data packages, which hinder weapon system readiness. The contract focuses on awarding to 8A disadvantaged companies who can deliver Non-Recurring Engineering services within six to twelve months. Contractors will reverse engineer items managed by the Defense Logistics Agency, producing technical data and prototypes that comply with military specifications, such as MIL-HDBK-115. They must also adhere to strict quality control and configuration management standards for military applications, produce technical data packages, and possibly use advanced manufacturing methods like 3D printing. Additionally, contractor work may involve travel for scanning and measuring items as required. The document emphasizes the importance of maintaining military quality standards in manufacturing and is designed to improve competition, minimize costs, and expedite procurement processes within the defense supply chain. This initiative aligns with the government's goals to enhance efficiency in defense-related logistics operations.
    This document outlines a series of questions directed at 8(a) Small Businesses as part of a Request for Proposals (RFP) process, primarily focusing on reverse engineering capabilities and related services for the Department of Defense (DoD). Key topics include the ability to reverse engineer aircraft parts, prior performance in similar tasks, and the potential to purchase surplus parts. Additionally, the businesses are queried on their manufacturing capabilities for prototypes, testing capabilities, technical documentation preparation, and administrative support for engineering tasks. It also emphasizes the use of advanced software solutions, including AI and machine learning, for data analysis and decision support. Other considerations involve access to manufacturing technologies like 3D printing, personnel travel readiness to DoD facilities, and abilities to provide repair and foundry work. The document aims to gauge the readiness and qualifications of companies to meet DoD requirements and streamline the procurement process for engineering solutions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, is seeking proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) program. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for both manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This opportunity is categorized under NAICS code 541330, with a size standard of $47 million, and is set aside for 8(a) competed firms. Interested parties must submit their proposals by 15 December 2025 at 14:00 PST, with questions directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil by 19 November 2025 at 14:00 PST.
    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.
    Engineering Support Services - Commercial Derivative Aircraft
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services related to Commercial Derivative Aircraft, specifically for the Executive Aircraft Division. The contract encompasses both recurring and non-recurring engineering support services for a fleet of critical aircraft, including the VC-25A (Air Force One), E-4B, C-32A, C-40B/C, and the future VC-25B, focusing on systems engineering, safety management, and maintenance program support. This procurement is vital for ensuring the operational readiness and safety of these aircraft, with proposals due following the issuance of amendments to the solicitation on October 30 and November 5, 2025. Interested contractors should direct inquiries to Cameron Burton at Cameron.Burton@us.af.mil or Capt Bailey Calico at Bailey.Calico@us.af.mil for further details.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    FD2030-25-01108
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a Special Notice for the procurement of aircraft engine and engine parts manufacturing services under the title FD2030-25-01108. This opportunity is focused on acquiring miscellaneous aircraft accessories and components, which are critical for maintaining and enhancing the operational readiness of military aircraft. Interested vendors should note that further solicitation details will be provided once approved by the contracting officer, and they can direct inquiries to the primary contact at 421SCMS.Requirements@us.af.mil for additional information.
    FD2030-24-02762G
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of a specific aircraft component, the Trailing Edge Aircr, identified by NSN 1560-010548-5077EK. The procurement involves the provision of this component as per the top drawing L2100164-022, with an Engineering Data List (EDL) revision dated March 12, 2024. This component is crucial for maintaining the operational readiness and safety of military aircraft, highlighting its importance in defense logistics. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    FD2030-24-00060-04
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Special Notice for the procurement of airframe structural components under the contract title FD2030-24-00060-04. This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, indicating a focus on specialized components critical for aircraft functionality and safety. The procurement is essential for maintaining and enhancing the operational capabilities of the Air Force's aircraft fleet. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FA8539-26-R-0001, Letter Request for Proposal (LRFP) – E-3 DRAGON Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the E-3 DRAGON Program under the solicitation FA8539-26-R-0001. This procurement involves support for the evaluation, fault isolation, inspection, testing, repair, and packaging of avionics for the E-3 Airborne Warning and Control System (AWACS), with a focus on addressing Diminishing Manufacturing Sources (DMS) for a three-year repair effort. The DRAGON program is critical for maintaining the operational capabilities of the E-3 platform, which is expected to remain in service until its retirement in 2033. Interested parties can contact James Daniel Faulkner at james.faulkner.8@us.af.mil for further details, as no set-aside is used for this opportunity and the projected repair requirements include specific National Stock Numbers (NSNs) with an estimated annual quantity.
    16--LEADING EDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of new manufacture spare parts under the title "16--LEADING EDGE." The requirement involves the acquisition of three units of NSN 1R-1680-016241425-V2, with delivery terms set to FOB Origin, and will be evaluated based on lead time, price, past performance, and capacity. These parts are critical for flight operations, necessitating government source approval prior to contract award, as the technical data required for alternative sources is not available. Interested vendors must contact Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL for further details and to ensure compliance with the source approval requirements.
    USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Request For Proposal (RFP)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Rapid Development Integration Facility (RDIF) to provide supplies, services, and deliverables under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to support the Air Force Life Cycle Management Center's initiatives in aircraft development, integration, prototyping, and production, particularly for Irregular Warfare and C4ISR capabilities. The contract, valued at approximately $99 million, will span a five-year base ordering period with five one-year options, and is set aside for eligible 8(a) Offerors. Proposals are due by 4:00 PM Eastern Time on December 1, 2025, and interested parties should direct inquiries to Christopher Simendinger or Anaiya Taylor via email.