Request for Information - F-15 Programmable Armament Control - Converter Programmer (PACS-CP) 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, specifically the FA8634 AFLCMC WAQK F15 office, is conducting a Request for Information (RFI), also known as a Sources Sought, for F-15 Programmable Armament Control - Converter Programmer (PACS-CP) Depot Activation Capabilities. This market research aims to identify potential sources to support the F-15EX program's Long-Term Support Strategy, improving supply chain efficiencies and material availability for PACS-CP components. This RFI is for planning purposes only and is not a solicitation. Responses are due by February 27, 2026.
Scope of Work
The Air Force seeks capabilities including:
- Identification, design, build, and purchase of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Support for the repair and maintenance of the PACS-CP, including associated parts/spares and necessary technical data rights.
- Training for USAF Maintenance Technicians on the test and repair of units.
- Development of a plan for transitioning depot-level repair work to Government organic depots.
- Identification of necessary Partnering Agreements (PA) and Implementation Agreements (IA).
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Purpose: Market research to inform future acquisition strategies.
- Set-Aside: Not formally set-aside, but respondents must identify their company's small business size standard based on NAICS code 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) and indicate socioeconomic classifications (e.g., Large Business, Small Business, 8(a)). Foreign participation is not authorized.
- Response Due: February 27, 2026, by 22:00 UTC.
- Published: February 11, 2026.
- Place of Performance: Capabilities are sought for support at Wright Patterson AFB, OH.
Submission Requirements
Interested parties should submit an unclassified White Paper (CUI acceptable) describing their system, company information, qualifications, and any relevant supporting documentation. A statement of intent to respond must also be communicated to the Contract Specialist by the due date. Costs incurred in response to this RFI will not be reimbursed. Proprietary information must be clearly marked.
Additional Notes
Information provided may be used by the Air Force in developing future acquisition strategies. Respondents may be invited to an Industry Day event. Technical questions should be directed to Jeffrey Hubbard, and contracting questions to Laura Harr (laura.harr@us.af.mil).