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 is soliciting proposals for a Total Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract for F-15 Foreign Military Sales (FMS) Aerospace Ground Equipment/Special Purpose Vehicles (AGE/SPV) support for the Royal Saudi Air Force (RSAF). This effort involves comprehensive repair, refurbishment, and maintenance services performed within the Kingdom of Saudi Arabia (KSA). Proposals are due by 5:00 P.M. Eastern Daylight Time on March 30, 2026.

Purpose & Scope

This solicitation seeks a single responsible Small Business to provide unclassified repair, refurbishment, and return services for a broad range of RSAF F-15 C/D/S and SA AGE/SPV, including Fire and Safety Vehicles and components. The primary objectives are to establish and manage inspection, repair, refurbishment, and/or replacement of these assets, and to report and analyze Turn-Around-Time (TAT) for these services. All work will be performed in the Kingdom of Saudi Arabia, adhering to its laws and customs, at the contractor's facility and various RSAF locations (Dhahran, Khamis, Taif, Tabuk, Riyadh, Hafr al Batin, Al Jouf). The contractor must possess a Saudi business license.

Key performance standards include:

  • CDRL Deliverable Quality: No more than 1 rejection per deliverable.
  • MIS Availability: At least 98% uptime per month.
  • AGE Equipment TAT: Major maintenance (Powered: ≤ 50 days; Non-Powered: ≤ 25 days).
  • Quality Management System (QMS): Must meet ISO 9001:2015 requirements.

Contract Details

This will be a Single Award IDIQ contract with a potential period of performance up to 66 months, consisting of a 12-month base period and four 12-month option periods, plus a six-month option to extend services. Pricing arrangements will vary by Contract Line Item Number (CLIN), including Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursement No Fee (CRNF), and Not Separately Priced (NSP). Funds are not presently available, and the Government's obligation is contingent upon fund availability.

Submission Requirements

Offerors must submit proposals in four volumes by 5:00 P.M. EDT, March 30, 2026:

  • Volume I: Completed RFP (signed RFP, amendments, checklists).
  • Volume II: Written Technical Proposal (max 35 pages, addressing PWS requirements, DMSMS, and TAT management).
  • Volume III: Past Performance (using PPI Tool - Attachment 6, Relevancy Assessment - Attachment 7, and Client Authorization Letters - Attachment 11). This volume is requested 20 calendar days prior to the proposal due date.
  • Volume IV: Cost/Price Proposal (using Cost-Price Model - Attachment 4, with elemental cost breakouts in .xlsx format). Electronic submissions are preferred. Offerors must have a current Supplier Performance Risk System (SPRS) assessment score of 110 or greater.

Evaluation Factors

Award will be based on a "best value" tradeoff source selection methodology, integrating technical, past performance, and cost/price evaluations. The evaluation follows a gated process:

  • Gate 1: RFP compliance review.
  • Gate 2: Technical Proposal (evaluated on an acceptable/unacceptable basis for managing repair, DMSMS, and TAT).
  • Gate 3: Past Performance (considered approximately equal to Cost/Price) and Total Proposed Price (TPP) calculation. Up to three offerors with the lowest TPP and highest performance confidence will proceed.
  • Gate 4: Cost/Price evaluation (reasonableness, balance, cost realism).
  • Gate 5: Final Proposal Revision (FPR) request and best value decision. Past performance will consider recency, relevancy, and quality.

Key Dates & Contacts

Important Notes

The Government may use Advisory and Assistance Support (A&AS) contractors (e.g., Astrion) for proposal review; offerors must address Organizational Conflict of Interest (OCI) issues. Foreign contractors are permitted at the prime level. An update on March 11, 2026, noted that Attachment 7 (Relevancy Assessment) contains incorrect dollar amounts and directed offerors to Section M for correct figures, with an amendment expected. Offerors must fill in all blank or "TBD" items throughout the RFP.

People

Points of Contact

Julia MalonePRIMARY
Pavielle LudlowSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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