F-15 FMS Repair and Return Support Services RSAF (Follow-On)

SOL #: FA8575-26-R-B002Solicitation

Overview

Buyer

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

Place of Performance

N/A, AX1

NAICS

Process (541614)

PSC

Logistics Support Services (R706)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 19, 2025
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Apr 24, 2026, 4:00 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 (FA8575-26-R-B002) for F-15 Foreign Military Sales (FMS) Repair and Return Support Services for the Royal Saudi Air Force (RSAF). This is a follow-on, single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide unclassified logistics repair and return services for F-15 C/D/S/SA variants. Proposals are due by 12:00 P.M. Eastern Daylight Time on April 24, 2026.

Scope of Work

The contractor will provide unclassified logistics Repair and Return Services (RRS) for a broad range of RSAF F-15 C/D/S and SA components. This includes establishing and managing repair sources, managing Diminishing Manufacturing Sources and Material Shortages (DMSMS), and managing Turn-Around Time (TAT) at various Sources of Repair (SORs). Services also encompass Operations and Management, Facilities, Travel, Contractor Acquired Property (CAP), and Over and Above (O&A) work. Performance standards include average aggregate TAT ≤ 65 days and average Work in Progress (WIP) time ≤ 120 days. Work may be performed in the Kingdom of Saudi Arabia, requiring adherence to Saudi laws and customs, and a Saudi business license.

Contract Details

  • Contract Type: Single Award Indefinite Delivery, Indefinite Quantity (IDIQ)
  • Pricing Structure: Firm Fixed Price (FFP) for Operations and Management; Cost Plus Fixed Fee (CPFF) for Repair and Return, and Over and Above; Cost Reimbursement No Fee (CRNF) for Facilities, Travel, CAP, and Demobilization.
  • Period of Performance: Up to 66 months, including a 12-month basic period anticipated to begin August 1, 2026, and multiple option periods.
  • Set-Aside: None (FMS requirement, open to U.S. based companies only). Small Business Participation is a key evaluation factor.
  • Product Service Code: R706 (Logistics Support Services)
  • NAICS: 541614 (size standard $20,000,000.00 annual receipts)

Submission & Evaluation

Proposals must be submitted electronically in five separate volumes: Completed RFP, Written Technical Proposal (35-page limit), Past Performance, Cost/Price Proposal (using the provided Excel model), and Small Business Participation. Volume III (Past Performance) is requested 30 days prior to other volumes. Electronic submissions are via encrypted email (20MB limit) or DoD SAFE (8GB/25 file limit). Evaluation will use a tradeoff source selection methodology for a best-value decision, with a gated process. Factors include:

  • Factor I: Technical Capability (acceptable/unacceptable)
  • Factor II: Past Performance
  • Factor III: Small Business Participation (acceptable/unacceptable)
  • Factor IV: Cost/Price Factors I, II, and III combined are approximately equal to Factor IV. Discussions are intended, and a Final Proposal Revision (FPR) may be requested. Offerors must use Attachments 10 and 11 for Past Performance Questionnaires. A Saudi business license is mandatory for the prime or a critical teaming partner.

Key Dates & Contacts

  • Proposal Due Date: April 24, 2026, at 12:00 P.M. Eastern Daylight Time
  • Questions Due: March 11, 2026 (responses not guaranteed after this date)
  • Primary Contact: Shiela Hodges, Contracting Officer, shiela.hodges@us.af.mil
  • Secondary Contact: Brenton Gibson, Contract Specialist, brenton.gibson@us.af.mil

Important Notes

This is an FMS requirement for U.S. based companies only; foreign contractors are not permitted at the prime level. Award is contingent upon a valid Letter of Offer and Acceptance and available funding. Funds are not presently available, and the Government reserves the right to cancel the solicitation. Offerors should be cognizant of Organizational Conflict of Interest (OCI) issues and include mitigation plans if applicable.

People

Points of Contact

Shiela HodgesPRIMARY
Brenton GibsonSECONDARY

Files

Files

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

Versions

Version 4Viewing
Solicitation
Posted: Mar 4, 2026
Version 3
Solicitation
Posted: Feb 25, 2026
View
Version 2
Solicitation
Posted: Feb 23, 2026
View
Version 1
Solicitation
Posted: Dec 19, 2025
View
F-15 FMS Repair and Return Support Services RSAF (Follow-On) | GovScope