F-15 ARR Thruster Cart
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 conducting a Sources Sought Synopsis for market research to identify potential sources for the F-15 Aerial Refueling Receptacle Cartridge / Thruster (Thruster, Cartridge Actuated). This effort aims to determine the competitiveness of the requirement and its potential for a Small Business Set-Aside. The proposed NAICS Code is 325920 (Cartridge And Propellant Actuated Devices And Components) with a 750-employee size standard. Responses are due by April 3, 2026, at 5:00 p.m. ET.
Purpose & Scope
This Sources Sought is for market research only and does not constitute a solicitation. The government seeks to identify qualified sources capable of providing the F-15 ARR Thruster, specifically National Stock Numbers 1377-00-313-4761ES (Thruster, Ctg Actuated) and 1377-00-261-5371ES (Aerial Refueling Receptacle Ctg). The objective is to assess industry capabilities and determine if the requirement can be competitively procured, potentially as a Small Business Set-Aside.
Information Requested
Interested parties should provide:
- Relevant experience (within the last 3 years) in engineering, manufacturing, remanufacturing, inspection, and testing of similar egress components.
- A Company Profile including: number of employees, office location, CAGE Code, DUNS Number, and Small Business designation/status (e.g., 8(a), SDVOSB, Hubzone, WOSB).
- Details on anticipated teaming arrangements, specifying prime and subcontractor roles.
- A description of similar services offered to government and commercial customers in the past three years.
Eligibility & Submission
- Set-Aside: This is market research to determine potential set-asides. Responses are encouraged from all small businesses, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.
- Response Due: April 3, 2026, by 5:00 p.m. ET.
- Submission Notes: No reimbursement will be provided for response costs. Offerors must possess access to all appropriate data, as the U.S. Government does not own or have rights to the data required for manufacturing.
Contact Information
For inquiries, contact Marc Mattsson at marc.mattsson@us.af.mil or Stephanie Martin at stephanie.martin.24@us.af.mil.