F-5 Parts Repair and Return
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 (AFLCMC/WNDI) is conducting a Sources Sought Synopsis for F-5 Parts Repair and Return services. This market research aims to identify potential sources capable of repairing and overhauling critical F-5 aircraft components for Foreign Military Sales (FMS) customers. The goal is to assess market capabilities and determine the optimal acquisition strategy, including potential small business set-asides. Responses are due by January 30, 2026, at 1300 MST.
Scope of Effort
The effort involves the repair and return, and overhaul services, for specific F-5 components at the contractor's facility. These services are crucial due to the age of the aircraft, limited spare parts, and the absence of existing USAF depot repair capabilities. Key components include:
- Rotary Electro-Mechanical Actuator (NSN: 1680-00-232-2235)
- Power Supply (NSN: 6130-01-060-7619)
- Stability Augmentation Test Set (NSN: 4920-00-150-7207) The contractor will be required to restore parts to a serviceable Condition Code A, adhering to applicable Technical Orders and government/industry standards. The effort is planned to commence in Fiscal Year 2026.
Submission Requirements & Performance Standards
Interested parties must submit electronic responses addressing company information, contact details, business status (relevant NAICS Codes: 336413, 541330, 811219), CAGE Code, ownership, and specific questions from Section 4 of the Sources Sought document. These questions include detailing capabilities, proposed accomplishment methods, past performance, and lists of F-5 parts that can be repaired/overhauled or outsourced.
Performance standards outlined in the draft PWS include:
- Production Schedule: Target of 12 months from contract award to Teardown, Test, and Evaluation (TT&E) of the first part.
- Repair Completion: No more than 120 days after receipt of order or PCO authorization for Over and Above (O&A) repairs.
- Quality Control: Establishment of a Quality Control Program (QCP) or ISO 9000 certification (AS9110 preferred).
- Critical Safety Items (CSIs): Require 100% inspection and government QA approval.
- Rework: Contractor funds rework for faulty repairs if more than 10% of repaired assets require it.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Potential for Small Business Set-Aside (to be determined)
- Response Due: January 30, 2026, at 1300 MST
- Published: December 15, 2025
- Department: DEPT OF DEFENSE / DEPT OF THE AIR FORCE
Important Notes
This is a Sources Sought notice for information and planning purposes only and does not constitute a solicitation or guarantee a contract award. Responses will not be returned, and not responding will not preclude participation in any future Request for Proposal (RFP). All expenses incurred for responses are the responsibility of the respondent. The effort is unclassified, and no security clearance is required.