F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
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, specifically Seymour Johnson Air Force Base, has issued a Request for Information (RFI) to identify capable vendors for F-15 Cable and LOD Repair Services under its Air Force Repair Enhancement Program (AFREP). This RFI is for market research purposes to support the repair and refurbishment of unserviceable F-15E aircraft parts, including engine cables, LOD, current monitors, and antennas. This opportunity is a Total Small Business Set-Aside. Responses are due by March 27, 2026.
Scope of Work
The requirement involves providing all labor, tools, and equipment necessary to repair F-15E aircraft parts to a serviceable condition. Specific components of interest include:
- Engine Cables and LOD Repair
- Current Monitors (NSN: 6620-01-310-2103)
- Antennas (NSN: 5985-01-319-9456)
Work includes inspections, functional checks, repairs in accordance with DAFI 21-101 and technical orders, and certification of repaired products as safe and operational. Vendors must manage Government Furnished Property (GFP) and ensure repaired parts meet OEM acceptance test procedures and appear cosmetically new.
Requested Information from Vendors
Interested parties should submit a response including:
- Company Information: Name, address, POC, phone, email, business size, socioeconomic category, CAGE code.
- Statement of Capability: Detailed description of ability to meet requirements, specifying repair services, supply of new components, or both.
- Relevant Experience: Past performance in similar parts/services, especially with DoD or government agencies.
- Certifications: Any relevant industry or quality certifications.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 27, 2026, by 1000 EDT
- Published: March 20, 2026
- Place of Performance: Service Provider's facility (repaired parts returned to Seymour Johnson AFB, NC)
Performance Standards
- Standard Repairs: 40 days from receipt.
- Mission Critical (MICAP) Repairs: 20 days from receipt.
- Quality: Parts must meet OEM acceptance tests and appear cosmetically new.
- Documentation: Provide written certification with every return shipment and shipping tracking details.
Special Requirements
- Must have an approved Source of Approved Repair (SAR) letter.
- Maintain a Quality Control (QC) Plan.
- Report all labor hours via Service Contract Reporting (SCR) on SAM.gov.
- Standard commercial warranty applies.
Additional Notes
This RFI is for informational and planning purposes only and does not constitute a solicitation or guarantee a contract award. Proprietary information will be handled in accordance with FAR 15.201(e).