F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation - F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV) PN 3215986-1-1
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 the Air Force Life Cycle Management Center (AFLCMC/WAQ), is conducting a Sources Sought for market research to identify capable sources for the F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation. This effort focuses on establishing depot activation and sustainment capabilities for the F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV), part number (PN) 3215986-1-1. This is not a Request for Proposal and is for planning purposes only. Responses are due by January 30, 2026.
Scope of Work
The Air Force seeks information from sources capable of providing the necessary personnel, supervision, equipment, and services to support the PPRSV depot activation and sustainment. Key requirements include:
- Delivering depot-level Maintenance/Repair Technical Orders (TOs) for the PPRSV and associated fixtures/tools.
- Provisioning necessary spares for the PPRSV and new depot support equipment (SE).
- Providing engineering support for depot activation and standup.
- Ensuring depot readiness through training for United States Air Force (USAF) technicians on maintenance, repair, and overhaul of PPRSV, fixtures, tools, and test equipment (TE).
- Facilitating Authority to Operate (ATO) for software processing Controlled Unclassified Information (CUI) or Personally Identifiable Information (PII).
- Identifying Intellectual Property (IP) necessary for Government use and maintenance of TE.
- Providing necessary SE for repair, testing, and overhaul of Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs), and subassemblies.
- Delivering training materials and conducting training for USAF personnel at the Oklahoma City Air Logistics Center (OC-ALC), including safety protocols.
- Utilizing a system for Government-Furnished Property (GFP) management.
- Providing site survey, facility upgrade reviews (FUR), repair data, installation checkout, and validation/verification.
- Executing project management, configuration management, and data management, including handling classified information through secure channels.
- Implementing a System Engineering Management Plan (SEMP) and System Safety Program Plan (SSPP), adhering to ISO 9001 and/or AS 9100.
- Addressing Environmental Factors/Environmental Safety and Occupational Health (ESOH) and identifying new hazardous materials.
- Investigating and implementing IT applications to enhance delivery or improve processes.
- Ensuring all hardware deliverables can be shipped worldwide via commercial and Defense Transportation System (DTS) means, adhering to relevant regulations for hazardous, classified, or sensitive materials.
Contract & Timeline
- Type: Sources Sought / Market Research (Not an RFP)
- NAICS: 541330 (Engineering Services), Size Standard: $25.5 Million
- Set-Aside: None specified. Market research will determine the acquisition strategy (full and open, small business set-aside, or sole source). The Air Force is seeking responses from large and small businesses, including 8(a), HUBZone, Women-Owned (WO), and Service-Disabled Veteran-Owned (SDVO) small businesses.
- Response Due: January 30, 2026, by 4 pm EST
- Published: December 18, 2025
- Anticipated Start: Approximately Fiscal Year 2027
Response Requirements
Interested contractors should submit a capability statement (limited to 100 8.5x11-inch pages, 12-point font) demonstrating technical knowledge, capabilities, and experience. Submissions must include:
- Recent, relevant experience.
- Teaming/subcontracting arrangements (including anticipated percentage of effort and business size).
- Major performance, schedule, or cost risks anticipated.
- Business Information: Company Name, CAGE code, Address, Point of Contact, Web Page URL, Facility and Security Clearance, Business Size/Type (e.g., SB, 8(a), SDVOSB), Domestic/Foreign ownership, and interest in prime/subcontractor role.
Additional Notes
This synopsis is for information and planning purposes only. The Government will not reimburse for response costs and reserves the right to contact submitting parties for clarification. Respondents will not be notified of assessment results.