FOREIGN MILITARY SALES (FMS) TECHNICAL ORDER (TO) & COMPUTER PROGRAM IDENTIFICATION NUMBER (CPIN) WORLDWIDE REVIEW (WWR)
ID: FA8630-26-Q-B001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8630 AFLCMC WFK AFSACWRIGHT PATTERSON AFB, OH, 45433-5337, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Foreign Military Sales (FMS) Technical Order (TO) and Computer Program Identification Number (CPIN) Worldwide Review (WWR) services, scheduled for May 31 - June 4, 2026. The procurement aims to secure a venue capable of accommodating approximately 300 participants, including a main conference room, several breakout rooms, and necessary audio/visual equipment, along with a hotel room block for attendees. This workshop is crucial for updating foreign customers on the Security Assistance Technical Order Program and facilitating direct interactions with Case Line Managers. Proposals are due by 5:00 p.m. EDT on December 5, 2025, and must include a firm-fixed price quotation along with required documentation such as SAM registration and relevant certifications. Interested parties can contact Danielle M. Craig at danielle.craig@us.af.mil or William F. Williams at william.williams.74@us.af.mil for further information.

    Point(s) of Contact
    Danielle M. Craig
    danielle.craig@us.af.mil
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for the annual Foreign Military Sales (FMS) Technical Order (TO) & Computer Program Identification Number (CPIN) Worldwide Review (WWR) scheduled for May 31 - June 4, 2026. The purpose of this workshop is to update foreign customers on changes in the Security Assistance Technical Order Program (SATOP), address country-specific issues with SATOP personnel, and facilitate direct interaction with Case Line Managers. Key requirements for the contractor include providing a main conference room for 300 attendees, multiple private workspaces for smaller discussions, a private office for planning, a registration and help desk area, and vendor display space. Additional services encompass setup/teardown, stage/podium, Wi-Fi, and audio/visual equipment, including projection systems compatible with Windows laptops and power strips. Optional refreshments and parking are also requested. The event location must be within a 15-mile radius of Dallas Fort Worth Airport and have convenient access to dining. The contractor is also required to hold a block of approximately 150 hotel rooms with an accessible reservation system. The Contracting Officer is the sole authority for contract changes.
    The provision 52.204-26, titled "Covered Telecommunications Equipment or Services-Representation," requires offerors to disclose their involvement with specific telecommunications equipment or services. This regulation, prescribed in FAR 4.2105(c), defines "covered telecommunications equipment or services" and "reasonable inquiry" by referencing clause 52.204-25. Offerors must consult the System for Award Management (SAM) to identify entities excluded from federal awards due to their association with such equipment or services. Subsequently, offerors must represent whether they provide or use covered telecommunications equipment or services as part of their offerings or operations for any government contract, subcontract, or other contractual instrument.
    FAR Provision 52.212-3 outlines offeror representations and certifications for commercial products and services, primarily for federal government contracts. It mandates offerors to complete specific declarations regarding their business status, such as small, veteran-owned, service-disabled veteran-owned, women-owned, or HUBZone small business concerns. The provision also covers certifications related to labor standards, tax compliance, and prohibitions on contracting with inverted domestic corporations or entities involved in certain activities with Iran. Additionally, it addresses compliance with the Buy American Act and Trade Agreements. Offerors can either update their annual representations in the System for Award Management (SAM) or complete specific paragraphs within the provision for the current solicitation. The document emphasizes transparency and adherence to various federal regulations and executive orders, ensuring that contractors meet specific eligibility and ethical standards.
    The government file "252.204-7019 Notice of NISTSP 800-171 DoD Assessment Requirements" outlines the mandatory cybersecurity assessment requirements for contractors seeking to be considered for award by the Department of Defense (DoD). To qualify, offerors must have a current NIST SP 800-171 DoD Assessment (Basic, Medium, or High) for all relevant covered contractor information systems, with summary scores posted in the Supplier Performance Risk System (SPRS). These assessments must not be more than three years old. Contractors can conduct and submit Basic Assessments themselves, providing specific information such as the cybersecurity standard, organization conducting the assessment, CAGE codes, system security plan architecture, assessment date, summary score, and expected date of full implementation. Medium and High Assessments are posted by the DoD. The summary level scores in SPRS are accessible to DoD personnel and authorized contractor representatives, protected as Controlled Unclassified Information (CUI).
    The Department of the Air Force, Headquarters Air Force Life Cycle Management Center, issued Request for Quotation FA8630-26-Q-B001 for Foreign Military Sales (FMS) Technical Order (TO) and Computer Program Identification Number (CPIN) World Wide Review (WWR) services. Proposals are due by 5:00 p.m. EDT on December 5, 2025, and must include a firm-fixed price quotation for services detailed in the attached Performance Work Statement for the period of May 31 - June 4, 2026. Pricing should provide a complete breakout of categories, quantities, and daily rates in an Excel spreadsheet, rounded to two decimal places, and integrate value-added services into the quoted price. Offerors must also provide contact information for clarification requests, and include vendor quotations for outsourced A/V services if applicable. To be considered for award, companies must have an active SAM registration, not be on the debarred list, and provide their CAGE Code, DUNS number, GSA Schedule number (if applicable), and Taxpayer Identification Number. Lodging rates for WWR attendees should also be included. The government reserves the right to cancel the solicitation without obligation to reimburse offerors.
    Similar Opportunities
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    F108 Modules pre-RFP Virtual Industry Conference Announcement
    Buyer not available
    The Department of Defense, specifically the United States Air Force (USAF), is hosting a Pre-Request for Proposal (RFP) Virtual Industry Conference for the remanufacturing of F108 Low Pressure Turbine (LPT) Modules on October 7, 2025. The conference aims to clarify technical requirements, explain the new contract structure, and enhance the quality and speed of solicitation responses for the F108 LPT Module 13/15 and Module 14 efforts, which are critical for both the USAF and the US Navy (USN). Attendees will receive a draft solicitation for review prior to the conference, and registration is required by September 30, 2025, to ensure access to necessary materials and security measures. For further inquiries, interested parties can contact Brad Bonsall at bradley.bonsall@us.af.mil or Brock May at brock.may@us.af.mil.
    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.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Habco Air Flow/Pressure Test Kits – P/N 1093007
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking to procure three Habco Air Flow/Pressure Test Kits, Part Number 1093007, through a Firm Fixed Price purchase order. This acquisition is critical for aircraft maintenance and repair, ensuring the operational readiness of Air Force equipment. Interested vendors must submit their quotations by December 3, 2025, at 12:00 PM CST, via email to Annita Wooten at annita.wooten@us.af.mil, and must be registered in the System for Award Management (SAM). The procurement is set aside for small businesses, and the government intends to award the contract without interchanges, although it reserves the right to conduct them if necessary.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    2025 DoD Maintenance Symposium Industry Day: Regional Sustainment Framework Expansion (USCENTCOM)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is hosting the 2025 DoD Maintenance Symposium Industry Day to discuss the expansion of the Regional Sustainment Framework (RSF) into the USCENTCOM theater. This initiative aims to enhance military readiness by bringing weapon system sustainment closer to operational areas, particularly in contested environments, and will feature one-on-one sessions for industry representatives to engage with DoD leaders regarding maintenance, repair, and overhaul (MRO) solutions. Companies interested in participating must submit a request packet detailing their capabilities and alignment with RSF goals by December 14, 2025, to the designated email address, as this event is not a solicitation but an opportunity for industry engagement. For further inquiries, interested parties can contact Chris L. Martinez at chris.l.martinez4.civ@mail.mil or James C. Carroll at james.c.carroll33.ctr@mail.mil.