RRequest for Information - F-15 Flight Control Computer 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 for F-15 Flight Control Computer (FCC) Depot Activation Capabilities. This RFI aims to identify potential sources for developing a Long-Term Support Strategy to enhance supply chain efficiency, material availability, and the supplier base for F-15EX Line Replaceable Units (LRUs) and subcomponents. The Air Force seeks to establish organic F-15EX maintenance capabilities while leveraging existing F-15 legacy assets. This is for acquisition planning only and is not a solicitation. Responses are due by February 27, 2026.
Scope of Work
The primary focus is on supporting the F-15EX program, specifically the Flight Control Computer (FCC). Key areas of interest include:
- Identification, design, build, and/or purchase of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Provision of associated parts/spares and rights in technical data for FCC maintenance and software.
- Development of a contractor plan for work coordinated through the F-15EX Depot Maintenance Activation Working Group (DMAWG).
- Negotiation and implementation of Partnering Agreements (PA) and Implementation Agreements (IA).
- Transition planning for support from contractor to government.
- Training of USAF Maintenance Technicians on unit testing and repair.
Submission & Eligibility
Respondents are requested to submit an unclassified White Paper (CUI acceptable) detailing their systems, corporate overview, and basic qualifications. This should include a Cover Sheet, comprehensive Company Information (incorporation date, years in business, employees, security clearance, history, location, contact details, DUNS, Cage Code), and a Point of Contact. Supporting documentation like brochures is acceptable but may not be reviewed. Proprietary information must be clearly marked.
Respondents must identify their small business size standard based on NAICS code 334511 (1,350 employees) and indicate all applicable socioeconomic classifications (e.g., Large Business, Small Business, 8(a), SDB, WOSB, VOSB, SDVOSB, HUBZone). Foreign participation is generally not authorized for prime or subcontractors, except for Public Domain information with proper licenses. Information is subject to Export Control (ITAR/EAR), requiring a Certified DD Form 2345.
Key Dates & Contacts
- Published Date: February 12, 2026
- Response Due: February 27, 2026 (Note: The RFI document indicates responses are due 14 calendar days after its posting on February 11, 2026, which would be February 25, 2026. The SAM.gov opportunity lists February 27, 2026 as the official response date.)
- Place of Performance: Wright Patterson AFB, OH
- Contracting Questions: Laura Harr (laura.harr@us.af.mil)
- Technical Questions: Jeffrey Hubbard (Jeffrey.hubbard.4@us.af.mil)
Additional Notes
This RFI is for planning purposes only and does not obligate the government to any acquisition. Costs incurred in response will not be reimbursed. Responses will be used to identify interested sources and for planning, and respondents may not receive feedback. Capable respondents may be invited to an Industry Day.