Request for Information - F-15 ENGINE FUEL HYDRAULIC DISPLAY DEPOT ACTIVATION CAPABILITIES
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 conducting a Request for Information (RFI) / Sources Sought to identify potential sources for Depot Activation capabilities to support the F-15EX Program. This RFI focuses on establishing organic maintenance for the F-15EX's Oxygen Diluter Deman G-Compensated Regulator. Responses are due by February 25, 2026.
Scope of Work
This RFI seeks information on capabilities for Depot Activation, which includes material maintenance, repair, overhaul, upgrading, rebuilding, testing, and reclamation of parts, assemblies, or subassemblies. The primary focus is on supporting the F-15EX program, specifically for the Oxygen Diluter Deman G-Compensated Regulator (Oxygen Regulator). This involves identifying capabilities for repair, maintenance, and the necessary technical data for software functions. Contractors are expected to support the identification, design, build, or purchase of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair. Additionally, respondents should address their ability to provide training for USAF Maintenance Technicians on testing and repairing these units, and how they would handle Technical Data (TD)/data rights/Intellectual Property (IP) rights related to repairs. The goal is to improve supply chain efficiencies and material availability for Line Replaceable Units (LRUs) and their subcomponents.
Submission Requirements
Interested parties should submit an unclassified White Paper (CUI acceptable) detailing their corporate overview and qualifications. The submission must include a Cover Sheet, comprehensive Company Information (name, incorporation date, years in business, employee count, security clearance, history, location, contact details, DUNS#, Cage Code), and a Point of Contact. Marketing brochures or presentations may be referenced but are not guaranteed to be reviewed. Any proprietary information must be clearly identified and marked.
Eligibility & Set-Aside
Respondents must identify their small business size standard based on NAICS code 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing), which has a size standard of 1,350 employees. Companies should indicate their socioeconomic classifications (e.g., Large Business, Small Business, 8(a), SDB, WOSB, VOSB, SDVOSB, HUBZone). Foreign participation is not authorized.
Key Dates & Contacts
- Response Due Date: February 25, 2026, by 22:00:00Z
- Intent to Respond: Communicate within 14 calendar days of posting (by February 24, 2026)
- Published Date: February 10, 2026
- Primary Contact: Laura Harr (laura.harr@us.af.mil)
Additional Notes
This is a Request for Information (RFI) / Sources Sought for planning purposes only and is not a solicitation. The government is not obligated to issue an RFP or RFQ. Costs incurred in responding are not reimbursable. Responses may be used to develop government documentation and identify potential sources. Respondents may not receive feedback. Export Control (ITAR/EAR) applies, and a Certified DD Form 2345 may be required.