F-15 Pitch and Roll Channel Assembly and Aileron Rudder Interconnect

SOL #: SPRHA1-26-R-0PRCASources Sought

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT OGDEN, UT
HILL AIR FORCE BASE, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Hydraulic, Vacuum And De Icing System Components (1650)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Response Deadline
Mar 26, 2026, 5:59 AM

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 Defense Logistics Agency (DLA), in conjunction with the 423rd F-15 Supply Chain Management Squadron and Enterprise Hill Commodity Council, has issued a Request for Industry Comments (RFIC) for a Performance-Based Logistics (PBL) contract for F-15 Pitch and Roll Channel Assembly (PRCA) and Aileron Rudder Interconnect (ARI) assets. This market research aims to identify qualified sources and gather industry feedback for a strategic contract supporting the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. Responses are due March 26, 2026.

Purpose

This RFIC is not a Request for Proposal (RFP) but seeks industry input to inform the development of a requirements-based PBL contract. The government anticipates a contract structure with one (1) five (5) year base ordering period and one (1) five (5) year option period. Initial market research indicates Moog Inc. is the Original Equipment Manufacturer (OEM), and the government may not possess a complete technical data package.

Scope of Work

The primary requirement is to ensure the sustained availability of serviceable F-15 PRCA and ARI assets, including selected sub-components. The contractor will be responsible for full, integrated lifecycle management, encompassing manufacture, remanufacture, comprehensive supply management, material support, and sustaining engineering functions. Performance will be measured against Government-defined Key Performance Indicators (KPIs).

The contract is also envisioned to accommodate Potential Future Requirements, allowing for the on-ramping of additional sole-sourced components from Moog Inc. These could include items pending Depot-level maintenance activation or those currently repaired by the OEM, providing a flexible mechanism to add workload.

Key Challenges & Context

Worldwide PRCA, ARI, and sub-component availability is consistently below established targets, leading to backorders and Mission Capability (MICAPs). Root causes include material shortages, lack of OEM engineering support, and obsolescence of test/support equipment. Improving availability is the primary objective. The strategy involves utilizing the Air Force overhaul facility at Hill AFB through a Public Private Partnership (PPP) and Direct Sales Agreement (DSA), with touch labor remaining organic to the maximum extent possible.

Information Requested

Industry is asked to provide business information, describe experience with PBL and supply chain management for USAF, identify risks and mitigation strategies, detail capabilities in sourcing F-15 PRCA/ARI parts (especially from Moog), confirm possession of technical data, describe manufacturing/repair qualifications, outline test facilities/warehousing/transportation/workforce capabilities, current repair capabilities, transition time, quality control measures (ISO, AS9100, NADCAP), experience with Government Source Inspection/OSHA, and address capacity constraints related to the current 87% OO-ALC / 13% contract repair workload split.

Contract & Timeline

  • Type: Sources Sought / Request for Industry Comments (RFIC)
  • Anticipated Structure: One (1) five (5) year base ordering period + one (1) five (5) year option period.
  • Set-Aside: None specified.
  • Response Due: March 26, 2026, 05:59 AM EST.
  • Published: February 23, 2026.

Additional Notes

Responses are accepted via email only. The government is interested in industry feedback on effective contractual methods for incorporating future work.

People

Points of Contact

Michelle MihuPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 23, 2026
F-15 Pitch and Roll Channel Assembly and Aileron Rudder Interconnect | GovScope