Repair of F-15C/D Eagle Nav Control and Indicator
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 is soliciting non-commercial repair services for F-15C/D Eagle Navigation Displays. This is a sole-source acquisition under FAR 6.302-1, with BAE SYSTEMS TECHNOLOGY SOLUTIONS & SERVICES INC. identified as the prime contractor. However, all responsible sources are invited to submit capability statements, proposals, or quotations for consideration. The estimated award date is September 30, 2026.
Scope of Work
This opportunity covers contractor-level repairs, spares, and engineering services for National Stock Number (NSN) items related to F-15C/D Navigation Displays. Key requirements include:
- Repair Services: Providing labor and materials to return repairable end items to serviceable condition, meeting OEM specifications and passing DCMA inspection (maximum two failures per year).
- Spares Manufacturing: Producing items/materials as per Delivery Order requirements.
- Sustaining Engineering: On-demand support for technical analysis, proposals, redesigns, and tests.
- Quality & Delivery: Maintaining 95% On-Time Delivery (OTD) for all orders, with no more than 5% late deliveries.
- Reporting: Submission of various reports including Teardown Deficiency Reports, Production Surge Plans, Supply Chain Risk Management Plans, Government Property Inventory Reports, and Commercial Asset Visibility (CAV/AF) reports.
- Compliance: Adherence to Government Property management (FAR/DFARS), counterfeit prevention plans, and specific packaging/marking standards (MIL-STD-2073-1, MIL-STD-129).
- Government Furnished Property (GFP): The government will provide Control Indicators for repair.
Contract & Timeline
- Contract Type: Negotiated Request for Proposal (RFP). The overall contract type is not explicitly stated, but includes various CLINs with Firm Fixed Price, Cost Reimbursement, and Cost Plus Fixed Fee arrangements.
- Duration: Five (5) 1-year Ordering Periods, from October 1, 2026, through September 30, 2031.
- Estimated Value: $5,500,000.00.
- Place of Performance: Contractor's facility.
- Proposal Due: March 30, 2026, at 3:00 PM (Central Time).
- Published: February 27, 2026.
- Estimated Award: September 30, 2026.
Submission & Evaluation
Offers are due by March 30, 2026, at 3:00 PM (Central Time). While the acquisition is identified as sole-source to BAE Systems, all responsible sources are encouraged to submit capability statements, proposals, or quotations for agency consideration. Specific evaluation criteria are not detailed in the provided summaries. Bidders must account for Department of Labor Wage Determination requirements for Okaloosa County, FL.
Additional Notes
Delivery Orders/Task Orders are expected to be issued directly to BAE Systems, with performance and submittals handled by BAE Rockville. Contractors must comply with all FAR and DFARS clauses, including those related to Government Property, Data Rights, and Counterfeit Prevention.