Request for Information - F-15 Flight Data Recorder (FDR) 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 F-15 Flight Data Recorder (FDR) Depot Activation Capabilities. This market research aims to support the F-15EX program's Long-Term Support Strategy for improved supply chain efficiencies and material availability. Responses are due by February 25, 2026.
Purpose & Scope
This RFI is for acquisition planning purposes only and is not a solicitation. The Air Force seeks to identify industry capabilities for Depot Activation, which includes material maintenance or repair requiring overhaul, upgrading, or rebuilding of parts, assemblies, or subassemblies, along with testing and reclamation. The initial focus is on the F-15EX's current Flight Data Recorder (FDR), requiring repair, maintenance, associated parts/spares, and technical data/software rights.
Key Requirements
- Depot Activation: Capabilities for overhaul, upgrading, rebuilding, testing, and reclamation of F-15EX FDRs.
- F-15EX Support: Establishing organic maintenance capabilities while leveraging existing F-15 legacy assets.
- Specific Component: Focus on the F-15EX Flight Data Recorder (FDR).
- Capabilities Needed: 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.
- Transition Planning: Contractor shall provide plans for transitioning areas from contractor to Government support.
- Training: Provide training to USAF Maintenance Technicians on unit testing and repair.
Submission Details
- Format: Submit an unclassified White Paper (CUI acceptable).
- Content: Include a corporate overview, basic qualifications in managing hardware/software development projects related to Depot Activation, and any similar projects.
- Specific Information: Company details (Name, Incorporation Date, Years in Business, Employees, Security Clearance, History, Location, Contact Info, DUNS, Cage Code), and Point of Contact details.
- Proprietary Information: Must be clearly identified and marked.
- Small Business Size Standard: Identify based on NAICS code 334511 (1,350 employees) and indicate socioeconomic classifications (Large, SB, 8(a), SDB, WOSB, VOSB, SVOSB, HUBZone).
Deadlines & Contacts
- Intent to Respond: Communicate intent to the Contract Specialist within 14 calendar days of the posting date (February 11, 2026).
- Response Due Date: February 25, 2026 (14 calendar days after posting).
- Contracting Point of Contact: Laura Harr (laura.harr@us.af.mil).
Additional Notes
- Set-Aside: No specific set-aside is designated, but respondents are requested to indicate their socioeconomic classifications for market research purposes.
- Export Control: Information is subject to ITAR and EAR; a Certified DD Form 2345 is required.
- Industry Day: Capable respondents may be invited to an Industry Day.
- Costs: Costs incurred by companies in response will not be reimbursed.