F-15 FMS Aerospace Ground Equipment/Special Purpose Vehicles (AGE/SPV)

SOL #: FA857526RB004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8575 AFLCMC WAQKA
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Logistics Support Services (R706)

Set Aside

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

Timeline

1
Posted
Jan 8, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 30, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force has issued a Solicitation (FA857526RB004) for F-15 Foreign Military Sales (FMS) Aerospace Ground Equipment (AGE) and Special Purpose Vehicles (SPV) support for the Royal Saudi Air Force (RSAF). This Total Small Business Set-Aside opportunity seeks a single contractor to provide comprehensive repair, refurbishment, and management services. Proposals are due by 5:00 P.M. Eastern Daylight Time on March 30, 2026.

Opportunity Overview

This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to establish and manage inspection, repair, refurbishment, and/or replacement services for a broad range of RSAF F-15 AGE/SPV and Fire Safety Vehicles and components. All work will be performed in the Kingdom of Saudi Arabia (KSA), adhering to local laws and customs. The contract supports the USAF and RSAF through authorized Letters of Offer and Acceptance (LOA).

Contract Details

  • Contract Type: Single Award IDIQ, utilizing Firm Fixed-Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursement No Fee (CRNF), and Not Separately Priced (NSP) CLINs.
  • Period of Performance: Up to 66 months, including a 12-month basic period, four 12-month option periods, and a six-month option to extend services.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 488190, with a size standard of $40,000,000 annual receipts.
  • Place of Performance: Contractor's facility and RSAF locations within KSA (e.g., Dhahran, Khamis, Taif, Tabuk, Riyadh). Contractor must possess a Saudi business license.

Key Requirements & Deliverables

Services include repair, refurbishment, and return of AGE/SPV, inspection, management, reporting, and analysis of Turnaround Time (TAT) for various maintenance levels (e.g., major, minor, PMI). Performance standards include strict TAT metrics, MIS availability/accuracy, and defect-free repair rates. The contractor must manage Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in accordance with FAR Part 45, establish a Quality Management System (QMS) compliant with ISO 9001:2015, and provide various reports (MSR, CFSR, DAL).

Submission & Evaluation

Proposals must be submitted electronically in four volumes: Volume I (Completed RFP), Volume II (Written Technical Proposal) (35-page limit), Volume III (Past Performance), and Volume IV (Cost/Price Proposal). Evaluation will follow a best-value tradeoff source selection, with a gated process. Technical Capability (Subfactors: AGE/SPV Management, DMSMS Management, TAT Management) is evaluated on an acceptable/unacceptable basis. Past Performance and Cost/Price are considered approximately equal in importance. Offerors must have a current Supplier Performance Risk System (SPRS) score of 110 or greater. Organizational Conflict of Interest (OCI) assessments and mitigation plans are required if applicable. Foreign contractors are permitted to participate at the prime level.

Important Notes

Funds are not presently available for this contract, and the Government's obligation is contingent upon fund availability. The Government reserves the right to cancel the solicitation. Offerors are advised to fill in all blank or 'TBD' items in the RFP. Questions should be submitted to the Contracting Officer, Julia Malone (julia.malone@us.af.mil), or Contract Specialist, Pavielle Ludlow (Pavielle.Ludlow@us.af.mil).

People

Points of Contact

Julia MalonePRIMARY
Pavielle LudlowSECONDARY

Files

Files

Download

Versions

Version 3
Solicitation
Posted: Mar 11, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 24, 2026
Version 1
Pre-Solicitation
Posted: Jan 8, 2026
View
F-15 FMS Aerospace Ground Equipment/Special Purpose Vehicles (AGE/SPV) | GovScope