F-15 ENGINEERING TECHNICAL ANALYSIS (Robins AFB, GA)
ID: FA8505-25-R-0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8505 AFLCMC WAQKBROBINS AFB, GA, 31098-1670, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential contractors for engineering advisory and assistance services related to the F-15 Engineering and Technical Analysis (ETA) effort at Robins Air Force Base in Georgia. The initiative focuses on three key task areas: supporting the AutoTAR system for F-15s globally, providing engineering support for avionics modifications, and documenting repairs for analysis and design purposes. This procurement is crucial for enhancing F-15 operations and fostering collaboration with qualified contractors, particularly emphasizing opportunities for small businesses and joint ventures within the defense sector. Interested parties must submit their capability documentation by May 9, 2025, and can contact Mr. Dwight Harman at dwight.harman@us.af.mil or Ms. Ebony L. Walker-Simpson at Ebony.walker-simpson@us.af.mil for further information.

    Point(s) of Contact
    Mr. Dwight Harman (PM)
    dwight.harman@us.af.mil
    Ms. Ebony L. Walker-Simpson (PCO)
    Ebony.walker-simpson@us.af.mil
    Files
    Title
    Posted
    The U.S. Air Force is seeking market research inputs from potential contractors for engineering advisory and assistance services related to the F-15 Engineering and Technical Analysis (ETA) effort at Robins AFB, GA. The initiative aims to support three key task areas: assisting with the AutoTAR system for F-15s globally, providing engineering support for avionics modifications, and documenting repairs for analysis and design purposes. Interested businesses, both large and small, are invited to submit capability documentation, with emphasis on joint ventures and small business opportunities. The submission deadline is May 9, 2025. Participants are required to detail their business capabilities, past experience, and ability to handle classified materials. They must also describe their quality assurance processes and address potential challenges in fulfilling the requirements. This request focuses on enhancing F-15 operations through collaboration with qualified contractors while promoting opportunities for small businesses within the defense sector.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RETAINER, FAIRING | 19F | F-15
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide retainers for fairings used in the F-15 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of two years, with an estimated annual requirement of 1,040 units, and includes government first article testing. The retainers are critical components manufactured according to specific military standards, and contractors must be certified to access the necessary technical data. Interested parties should prepare for the solicitation, which will be available on or about December 4, 2025, and can contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for further information.
    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 the repair services of F-15E current monitor and antenna parts as part of the Air Force Enhancement Program (AFREP). The 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 ensure all repairs meet specified technical orders and qualifications. This contract is critical for maintaining the operational readiness of F-15E aircraft, ensuring that essential components are restored to serviceable condition. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by referencing Solicitation Number FA480926Q0002. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Request for Proposal Amendment 3: F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX, with the procurement managed by DLA Aviation at Warner Robins, Georgia. This opportunity has been amended to extend the proposal submission deadline from November 4, 2025, to December 17, 2025, requiring all offers to acknowledge receipt of this amendment to avoid rejection. The F-15E Control Panel Assembly is critical for the operational capabilities of the F-15E aircraft, underscoring its importance in military aviation. Interested parties should direct inquiries to Vanessa Moes or Victor Henderson via their respective emails, and ensure compliance with the amendment requirements by the new deadline.
    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.
    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-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.
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    RFI SYSTEMS ANALYSIS AND REPORTING SUPPORT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide systems analysis and reporting support for the E-3 AWACS mission. The objective of this Request for Information (RFI) is to identify vendors capable of delivering non-personal engineering and technical support to analyze, categorize, and report on E-3 system recommendations, which are critical for enhancing aircraft operations, flight safety, and mission performance for the United States Air Force. The Air Force Life Cycle Management Center (AFLCMC/HBK) encourages responses from businesses of all sizes, particularly those with socioeconomic designations, to inform potential small business set-aside decisions. Interested parties must submit a capabilities package by 3 PM CST on December 26, 2025, to joy.beach@us.af.mil and cleeta.daniels@us.af.mil, with submissions limited to ten single-spaced pages.
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of consumable repair parts for the F-15 and F-16 aircraft, specifically focusing on Constant Speed Drive components. This acquisition is part of a requirements corporate contract and is intended to support the ongoing maintenance and operational readiness of these military aircraft, with items being sole sourced to Collins Aerospace. Interested suppliers must submit their proposals by December 17, 2025, with delivery expected within 300 days after receipt of order, and should direct inquiries to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213.
    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.