F-5 Parts Repair and Return

SOL #: FA822026RDS02Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8220 AFLCMC WNDT
HILL AFB, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Dec 15, 2025
2
Response Deadline
Jan 30, 2026, 8:00 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 (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.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Dec 15, 2025
F-5 Parts Repair and Return | GovScope