F35 Seek Eagle ZTP
ID: FA248726RB004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2487 AFTC PZZD (EGLIN)EGLIN AFB, FL, 32542-6886, USA
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    F35 Seek Eagle ZTP
    Currently viewing
    Sources Sought
    Similar Opportunities
    FY26 A-E IDIQ Arnold AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.mil.
    F16_Aircraft_Noun_Trailing_Edge_NSN_1560_01_725_3383_PN_202312284-20
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to produce the Trailing Edge component for the F-16 Aircraft, identified by NSN 1560-01-725-3383. This procurement requires engineering source approval to ensure the quality and integrity of the part, as any deficiencies could significantly impact the aircraft's mission capabilities. The complexity of manufacturing this component necessitates precise tolerances and careful processing to meet stringent acceptance criteria, emphasizing the importance of vendor qualification prior to contract award. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 777-2211, with an estimated qualification cost of $4,000 and a completion timeline of 180 days.
    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.
    F35 SPECIAL ACCESS PROGRAM FACILITY (SAPF)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the F-35 Special Access Program Facility (SAPF) at Ebbing Air National Guard Base in Fort Smith, Arkansas. This project entails the construction of a squad operations mission planning facility that will provide controlled workspace compliant with ICD 705 standards, including secure flight planning and training areas, unclassified aircrew training and administrative space, as well as storage and maintenance for aircrew flight equipment. The facility is crucial for supporting combat crew functions and enhancing operational readiness. Interested contractors can reach out to Markeith Berry at markeith.j.berry@usace.army.mil or by phone at 817-886-1031, or Nicholas Johnston at nicholas.i.johnston@usace.army.mil or 817-886-1006 for further details regarding the solicitation.
    F-15 ENGINE FUEL HYDRAULIC DISPLAY DEPOT ACTIVATION CAPABILITIES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information regarding the activation capabilities for the Engine Fuel Hydraulic Display (EFHD) associated with the F-15EX program. This Request for Information (RFI) aims to gather data to develop a Long-Term Support Strategy, focusing on enhancing supply chain efficiencies and material availability for various Line Replaceable Units (LRUs) and their components. The EFHD is critical for the maintenance and repair of the F-15EX, necessitating not only the display itself but also all related parts, spares, and technical data rights to ensure proper software functionality. Interested parties are encouraged to submit unclassified White Papers detailing their capabilities and corporate information to Laura Harr at laura.harr@us.af.mil, as the Air Force seeks to establish organic maintenance capabilities leveraging existing assets.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Facilities Acquisitions for Restoration and Modernization (FARM) III project, which involves commercial and institutional building construction in Coopertown, Tennessee. The procurement aims to finalize an updated Draft Statement of Work (SOW) and address industry questions to clarify project requirements, including contractor responsibilities for Integrated Scheduling, design compatibility with AutoCAD 2018 or later, and professional engineering services. This initiative is crucial for enhancing the operational capabilities of military facilities, ensuring compliance with energy and environmental standards, and facilitating efficient project execution. Interested contractors can reach out to Robert Mosley at robert.mosley.3@us.af.mil or Andrew Waggoner at andrew.waggoner.3@us.af.mil for further details and to review the attached documents for additional insights.
    Q&A Responses for Software - Small Uncrewed Aerial System (sUAS) Capabilities
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Q&A session related to the development of software for Small Uncrewed Aerial Systems (sUAS) capabilities. This initiative aims to integrate a software stack via a Software Development Kit (SDK) into sUAS platforms, with a focus on establishing a standard interface protocol for autopilot and autonomy integrations while adhering to domestic sourcing requirements aligned with the DoD's "Buy American" initiatives. The Air Force will provide Concepts of Operation (CONOPS) and Interface Control Documents (ICDs) in future solicitations, which will allow for innovation within American sourcing constraints, and emphasizes the importance of anti-tamper measures. Interested parties can reach out to Marissa Greenleaf at marissa.greenleaf@us.af.mil or Jesse Cooley at jesse.cooley.1@us.af.mil for further information.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    F118 Front Frame Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the remanufacture of the F118 Front Frame Assembly, with a focus on restoring components to their original life expectancy. The procurement involves the remanufacture of various National Stock Numbers (NSNs) related to the F118 Front Frame, requiring contractors to provide labor, materials, and facilities for repair, testing, and logistics. This initiative is crucial for maintaining the operational readiness of Air Force aircraft, ensuring safety and performance standards are met. Interested parties must submit their business information and complete a Source Approval Request (SAR) package by December 24, 2025, and can contact Cynthia D Viney or Tara Parker for further details.
    T400 Technical Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.