F-15 Infra-Red Search and Track (IRST) Sustainment
ID: FA863425RB005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8634 AFLCMC WAQK F15WRIGHT PATTERSON AFB, OH, 45433-7424, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is preparing to solicit repair services for the F-15 Infra-Red Search and Track (IRST) Pods and associated Line Replaceable Units (LRUs). The procurement aims to ensure the operational readiness of the F-15 aircraft by providing timely and efficient repair services, with a contract expected to run from April 14, 2026, to April 13, 2030, including a basic year and four one-year options. The government intends to award the contract on a sole source basis to Lockheed Martin Corporation, the original equipment manufacturer, with a maximum delivery schedule of 120 days for the base year and 90 days for option years following receipt of the pods or LRUs. Interested parties may submit capability statements or proposals for consideration, with the anticipated solicitation date set for April 30, 2025; for further inquiries, contact Ashton Kiplinger at ashton.kiplinger@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 8:05 PM UTC
The F-15 IRST Sustainment Synopsis is a pre-solicitation notice indicating the government's intention to solicit repair services for F-15 IRST Pods and LRUs. The final solicitation is expected to be released around April 30, 2025, with the contract potentially running from April 14, 2026, to April 13, 2030. This contract will be a multiple type agreement including a basic year and four one-year options, and it is intended for service work. Key elements include a structured CLIN plan covering various repair categories, including CLS Repair, field repairs, lay-in materials, and data assessment, tying in different cost types such as fixed-price incentive fee (FPIF) and cost-plus-fixed-fee (CPFF). Specific part numbers essential for repairs are listed, ensuring clarity on what components will be involved. The government plans to award the contract to Lockheed Martin Corporation under sole source authority, citing FAR 6.302-1. The delivery schedule mandates a maximum 120 days for the base year and 90 days for option years post-receipt of the pods or LRUs, underscoring the urgency and importance of timely repairs to maintain operational readiness within the USAF.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Repair of F-15 LCS Pump NSN: 1650016214034RK
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of F-15 LCS Pumps, identified by NSN: 1650016214034RK. This procurement aims to establish a five-year contract, which includes a three-year basic period and a two-year option, focusing on ensuring the operational readiness of critical military equipment. The selected contractor will be responsible for adhering to stringent quality control measures, reporting requirements, and compliance with environmental regulations, with a proposal deadline set for May 14, 2025. Interested parties can reach out to Kacie Cram at Kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further inquiries regarding this opportunity.
F-35 Lightning II Lots 20-21 SCP
Buyer not available
The Department of Defense, through the Naval Air Systems Command, intends to award a sole source contract to Lockheed Martin Corporation for the F-35 Lightning II Lots 20-21 Special Consent Panels. This procurement is critical as it involves specialized components necessary for the F-35 Lightning II program, which is vital for maintaining the operational capabilities of the U.S. military's advanced fighter aircraft. Interested parties have the opportunity to submit capability statements within fifteen days of this notice, although the contract is expected to be awarded in the second quarter of calendar year 2026. For further inquiries, Nicole Lawrence can be contacted at Nicole.Lawrence@jsf.mil, and small businesses interested in subcontracting should reach out to Stephen Collins at Stephen.1.Collins@lmco.com.
Sole Source Pre-Solicitation: Follow-on Sustainment of Lockheed Martin Proprietary Components to the AEWS AN/FPS-117 Radar System
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract to Lockheed Martin Corporation for the follow-on sustainment of proprietary components related to the AEWS AN/FPS-117 Radar System. This contract will encompass a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, with a potential six-month extension, aimed at providing comprehensive Contractor Logistic Support (CLS) services, including engineering, program management, and emergency services for the radar system. The AEWS is critical for atmospheric early warning and consists of 27 operational sites across Alaska, Canada, and Hawaii, with the contract performance expected to include various hardware and software assemblies essential for maintaining operational readiness. Interested parties may submit capability statements or inquiries to Christopher Jarman or Cameron Tucker via the provided email addresses, with responses due by the specified deadline.
REMANUFACTURE OF F15 SERVOCYLINDER NSN: 1650-01-008-7314
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 servocylinders, identified by NSN: 1650-01-008-7314. This procurement aims to support the maintenance and operational readiness of critical aircraft components, with a focus on ensuring compliance with military standards and quality assurance protocols. The contract will be structured as a firm-fixed-price, indefinite delivery indefinite quantity (IDIQ) agreement, with a five-year ordering period and quantities ranging from 5 to 40 units. Interested contractors should contact Aczavius Smith at aczavius.smith@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract award anticipated on March 1, 2024.
SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The solicitation, designated SPRRA224R0081, includes a five-year indefinite delivery requirement and mandates compliance with strict military specifications, including First Article Testing (FAT) and detailed packaging and marking standards. This procurement is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Theresa Beshienich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil.
Request for Proposal - F-15 Armament Test Set Circuit Card Assmeblies (CCAs)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting proposals for the procurement of various Circuit Card Assembly (CCA) National Stock Numbers (NSNs) in support of the F-15 armament. This procurement is critical for maintaining the operational capabilities of the F-15 aircraft, with an estimated delivery timeline of 180 days after receipt of order (ARO). The contract will be awarded on a sole-source basis to The Boeing Company, with proposals due by May 23, 2024, and an anticipated award date on or before September 30, 2025. Interested parties can contact Robert Berg at robert.berg.9@us.af.mil for further information regarding this opportunity.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
Repair of T-38 Control Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to award a Sole Source contract for the repair of T-38 Control Assemblies to Pacific Electronics Enterprises Inc. This procurement involves a Firm Fixed Price contract with a base year and nine one-year options, emphasizing the importance of maintaining operational readiness for the T-38 aircraft. The anticipated period of performance spans from September 14, 2025, to September 13, 2035, with an estimated award date of July 30, 2025. Interested parties are encouraged to submit capability statements or proposals to the primary contact, Relijah Sherman, at relijah.sherman@us.af.mil, or the secondary contact, David Herrig, at david.herrig.1@us.af.mil.
AN- ALR-56M Repair of Digitally Tuned Oscillator (DTO); NSN: 5995-01-466- 6451EW
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to issue a five-year Firm Fixed Price Requirements Type Contract for the repair of the Digitally Tuned Oscillator (DTO) associated with the ALR-56M Weapon System, which is utilized in F-16 and C-130J aircraft. The contract will encompass one basic year and four one-year options, with a total repair quantity of 400 units and an additional 100 units designated for Tear Down, Test & Evaluation (TT&E). The DTO is a critical component of the electronic warfare capabilities of the ALR-56M Weapon System, and the government plans to conduct this acquisition through Other Than Full and Open Competition, as General Microwave Corporation is the sole source with the proprietary technical data necessary for this effort. The Request for Proposal (RFP) is anticipated to be released on or around January 24, 2025, with responses due by February 24, 2025. For inquiries, interested parties may contact Michael Wensjoe at michael.wensjoe@us.af.mil or LaEunecia Riley at laeunecia.riley@us.af.mil.
F-16 AN/APG-66/68 Radar Post-Production Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-16 AN/APG-66/68 Radar Post-Production Sustainment under a 10-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement involves a range of services including core tasks, system test specifications, technical orders, and engineering technical support, all aimed at ensuring the reliability and supportability of the F-16 radar systems. This contract is critical for maintaining operational readiness and effectiveness of the F-16 aircraft, which serve both U.S. Air Force and foreign military sales. Interested parties should note that the period of performance is from November 1, 2025, to October 31, 2035, and are encouraged to contact George Bell at george.bell.2@us.af.mil or Tyler Fowers at Tyler.fowers@us.af.mil for further details.