Repair of F-15C/D Eagle Nav Control and Indicator

SOL #: FD20602600154Pre-SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8117 AFSC PZABA
TINKER AFB, OK, 73145-3303, United States

Place of Performance

Fort Walton Beach, FL

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Response Deadline
Jan 30, 2026, 9:00 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, AFSC/PZABA at Tinker AFB, OK, has issued a Presolicitation for the Repair of F-15C/D Eagle Nav Control and Indicator. The agency intends to award a five-year Requirements IDV contract on a Sole Source Basis (IAW FAR 6.302-1) to BAE Technology Services and Solutions for the repair of F-15 Eagle (C and D models) Control Indicator and Navigation Units. All responsible sources may submit a capability statement, proposal, or quotation for consideration. Responses are due January 30, 2026.

Scope of Work

This opportunity covers the repair of F-15 Eagle (C and D models) Control Indicator (NSN 6605016912139NT) and Navigation Units (NSN 6605015524381NT). The planned Contract Line Item Number (CLIN) structure, detailed in Attachment 1, outlines the scope across five one-year ordering periods. Key CLINs include:

  • Test, Teardown and Eval (TT&E)
  • Repair Control Indicator
  • Repair Nav Unit
  • Over and Above (O&A)
  • Condemnations/Beyond Econ Repair (BER)
  • Engineering Services
  • Travel
  • Data
  • Lay-In Material Quantities for each CLIN are specified across the option periods, providing insight into the anticipated volume and type of work.

Contract Details

  • Contract Type: Five-year Requirements IDV with five one-year ordering periods.
  • Set-Aside: Sole Source (IAW FAR 6.302-1).
  • Anticipated Awardee: BAE Technology Services and Solutions, Rockville, MD (CAGE 99789).
  • Place of Performance: BAE's Fort Walton Beach, FL location (Facility Code/CAGE 1Z126).
  • Estimated Award Date: October 1, 2026.
  • Product/Service Code: J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories).

Response Information

  • Response Due Date: January 30, 2026, 3:00 PM CST.
  • Submission: Responsible sources are invited to submit a capability statement, proposal, or quotation for agency review.
  • Primary Contact: Amy Schmitz, amy.schmitz.1@us.af.mil, 918-728-0363.
  • Secondary Contact: David Herrig, david.herrig.1@us.af.mil, 405-739-5819.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Jan 15, 2026
Repair of F-15C/D Eagle Nav Control and Indicator | GovScope