Request for Information - F-15 Transducers 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, AFLCMC/WAQ, is conducting a Request for Information (RFI) / Sources Sought for F-15 Transducers Depot Activation Capabilities. This market research aims to identify potential sources for developing a Long-Term Support Strategy for F-15EX components, specifically Pressure Transducer No. 1&3 and 2&4. This is for planning purposes only and is NOT a solicitation. Responses are due by February 27, 2026.
Purpose & Scope
This RFI seeks to gather information from industry to support the F-15EX program by improving supply chain efficiencies and material availability for critical components. The Air Force Lifecycle Management Center (AFLCMC/WAQ) is exploring options for depot activation to establish organic maintenance capabilities for the specified pressure transducers. The goal is to identify qualified sources capable of providing the necessary infrastructure, equipment, and training to support these efforts at Wright Patterson AFB, OH.
Key Capabilities Sought
The Air Force is interested in capabilities related to:
- Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs): Identification, design, build, and/or purchase for depot-level hardware testing and repair.
- Organic Maintenance Support: Capabilities to support and establish organic maintenance for F-15EX Depot Activation.
- Repair and Maintenance: Ability to repair and maintain Pressure Transducer No. 1&3 and 2&4, including associated parts/spares and technical data rights.
- Training: Provision of training for USAF Maintenance Technicians on test and repair procedures.
- Depot Stand-Up Plan: Development of a plan to maximize utilization of existing F-15 legacy capabilities for depot stand-up.
Submission Requirements
Interested parties should submit an unclassified White Paper (CUI acceptable) detailing their system, corporate overview, and basic qualifications. The submission must include company details, security clearance information, points of contact, and small business size standard. A statement of intent to respond must be communicated to the Contract Specialist.
- Response Due: February 27, 2026
- Place of Performance: Wright Patterson AFB, OH
Eligibility & Restrictions
Companies should identify their small business size standard and any socioeconomic classifications (e.g., Small Business, 8(a), HUBZone). Foreign participation is not authorized for prime contractors or subcontractors, with specific limitations for Foreign Nationals. A Certified DD Form 2345 is required for export-controlled items.
Important Notes
Costs incurred in response to this RFI will not be reimbursed. Any proprietary or competition-sensitive information must be clearly marked. Respondents may be invited to an Industry Day event based on their submission.
- Contact: Laura Harr, laura.harr@us.af.mil