PRESOLICITATION: 415 SCMS Squadron Strategic MAC IDIQ
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.
Updated 16 December 2025: This update includes a Questions & Answers (Q&A) document.
TYPE: PRE-SOLICITATION NOTICE
PROGRAM: 415 SCMS, Hill AFB
PURPOSE: This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Proposal or Quote (RFP/RFQ) or an Invitation For Bid (IFB), nor is it construed as a commitment by the Government. The synopsis is prepared for the purpose of notifying potential offerors of an upcoming solicitation. If no viable feedback is received, these documents will be posted with the solicitation with no changes.
REQUIREMENT: 415 SCMS Strategic Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ). 415 SCMS is working to establish a MAC IDIQ for repair services. This requirement will cover 11 weapon systems and approximately 124 NSNs. Repair design(s) shall meet or exceed the system requirements and shall be Form, Fit, Function and Interface (FFFI).
CONTRACT-TYPE: MAC IDIQ
TASK ORDERS CONTRACT TYPE: Firm-Fixed Price
PERIOD OF PERFORMANCE (PoP): 5-year basic ordering period with one 5-year option, for a potential total contract length of 10 years
EVALUATION CRITERIA: Evaluation Criteria can be found in attachments Section L&M
ESTIMATED CONTRACT AWARD DATE: 01 June 2026
RESTRICTED TO QUALIFIED SOURCES: See FAR Part 52.209-1 The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office or the Contracting Officer. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification in the attached Repair Qualification Requirements (section C document).
ANTICIPATED CONTRACT LINE-ITEM NUMBER (CLIN) STRUCTURE:
INITIAL ORDERING PERIOD:
0001 TEST, TEARDOWN & EVALUATION
0002 MINOR REPAIR SERVICES
0003 MAJOR REPAIR SERVICES
0004 TOTAL REBUILD / REPAIR SERVICES
0005 COMMERCIAL ASSET VISBILITY AIR FORCE (CAVAF) REPORTING
0006 RERPAIRED ITEM INSPECTION REPORT (RIIR)
0007 COUNTERFEIT PREVENTION PLAN (CPP)
0008 ENGINEERING CHANGE PROPOSAL (ECP)
0009 TEST PLAN
0010 TEST REPORT
0011 MONTHLY STATUS REPORT (MSR)
0012 MEETING MINUTES
OPTION:
1001 TEST, TEARDOWN & EVALUATION
1002 MINOR REPAIR SERVICES
1003 MAJOR REPAIR SERVICES
1004 TOTAL REBUILD / REPAIR SERVICES
1005 COMMERCIAL ASSET VISBILITY AIR FORCE (CAVAF) REPORTING
1006 RERPAIRED ITEM INSPECTION REPORT (RIIR)
1007 COUNTERFEIT PREVENTION PLAN (CPP)
1008 ENGINEERING CHANGE PROPOSAL (ECP)
1009 TEST PLAN
1010 TEST REPORT
1011 MONTHLY STATUS REPORT (MSR)
1012 MEETING MINUTES
REQUEST: All questions/feedback must be submitted to the Procuring Contracting Officer (PCO) on or before 06 December 2025. Questions and Answers will be made public prior to RFP release.
This Pre-Solicitation is a primary notice for a solicitation, which will be issued in December/January or soon thereafter. The solicitation and any/all attachments will be made available only on the SAM.gov website. All current and future information about this acquisition, i.e. solicitation, amendments, purchase specifications, and Q&A's will be distributed through SAM.gov. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. One or more of the items under this acquisition is subject to Free Trade Agreements. IAW DAFMAN 16-201, there are no restrictions on foreign participation.