76043 - F-15 EX PACS EULA URGENT
ID: FA857925R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of an End User License Agreement (EULA) for the F-15 EX Programmable Armament Control Set (PACS) under solicitation FA857925R0002. This procurement aims to secure a 10-year EULA that includes proprietary software PACS 170/180 code, which is critical for analyzing PACS problem reports and updating the associated F-15 source code, thereby enhancing the operational readiness of the F-15 program. The contract is set aside for Women-Owned Small Businesses (WOSB) and emphasizes the importance of compliance with federal acquisition regulations, including delivery within 30 days post-award and adherence to various labor and environmental standards. Interested parties should contact Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to an RFP from the 402nd Software Engineering Group (SWEG) at Robins Air Force Base, which seeks to acquire an End User License Agreement (EULA) for the F-15 EX Programmable Armament Control Set (PACS). This acquisition aims to facilitate a comprehensive analysis of PACS problem reports and updates to the associated F-15 source code. The specifications outline the requirement for a 10-year EULA that includes proprietary software PACS 170/180 code, without commercial warranty standards, given its non-commercial nature. The EULA must be delivered to a specified email address or, if necessary, via mail to the provided address at Robins AFB, within 30 days of the award. This request underscores the need for updated software capabilities for the F-15 program, essential for maintaining operational readiness and technical support. The focus on institutional support and technical enhancements reflects a commitment to the modernization of military operational systems.
    This document is a solicitation for a government contract (FA857925R0002) specifically aimed at Women-Owned Small Businesses (WOSB) for commercial products and services. The contract involves delivering software for the F-15 platform, with a focus on a product called "F15 EX PACS Executive Library." Key aspects include the required delivery timeframe of 30 days after the award date, submission guidelines for invoices, and the incorporation of several federal acquisition regulations. The solicitation establishes set-aside conditions for small businesses, offering opportunities to economically disadvantaged and service-disabled veterans. It details the contractual obligations including delivery addresses, payment procedures, and electronic invoicing systems via Wide Area Workflow (WAWF), ensuring compliance with Defense Federal Acquisition Regulation Supplement (DFARS). Additionally, the document makes references to various clauses related to labor laws, subcontracting, and environmental requirements. This solicitation aligns with the federal government's initiative to support small businesses, particularly those owned by women, thereby promoting inclusivity in government contracts while ensuring performance standards and regulatory compliance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Abstract Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses and support services from Abstract Solutions for their iUML and ICCG Invocation software, critical to the F-16 Block 50/EPAF OFPES program. The procurement involves a Firm Fixed Price contract for three one-year periods, from November 2025 to October 2028, with offers due by December 18, 2025, at 1700 MT. This sole-source procurement is necessary to ensure continued operational readiness and efficient development, as Abstract Solutions is the sole provider of essential support services, and alternative sources would lead to significant costs and delays. Interested parties can reach out to Tanner Scheffler at tanner.scheffler@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil for further inquiries.
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Brand Name - Mathworks LicenseRenewals
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.
    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.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    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.
    New Manufacture F15/Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.
    EFIS CONTROL PANEL,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of an EFIS Control Panel, classified under NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement aims to acquire newly manufactured spares that meet specific quality and inspection standards, including compliance with AS/EN/JISQ 9100 or equivalent, and requires that all offers be from government-approved sources of supply. This solicitation is critical for maintaining operational readiness and support for military aircraft, with a focus on ensuring that all parts are new and unused, as refurbished or remanufactured items will not be accepted. Interested vendors should submit their proposals electronically to Nikol Toroveci at NIKOLIN.TOROVECI@DLA.MIL, adhering to the guidelines outlined in the solicitation, with the urgency of the procurement noted under EAF authority.