Request for Information - F-15 Turbine 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, has issued a Request for Information (RFI) / Sources Sought to identify potential sources capable of providing Depot Activation capabilities for the F-15 Turbine, focusing on the F-15EX aircraft. This RFI aims to gather market research for developing a Long-Term Support Strategy to enhance supply chain efficiencies and material availability for Line Replaceable Units (LRUs) and their subcomponents. This is for planning purposes only and is NOT a solicitation. Responses are due by February 27, 2026.
Scope of Work
The RFI seeks information on capabilities related to:
- Identifying requirements, designing, building, or purchasing Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Repair and maintenance of the F-15EX's current Aircraft Cooling Turbine, including associated parts/spares and technical data rights.
- Developing a plan for work coordinated through the F-15EX Depot Maintenance Activation Working Group (DMAWG).
- Transition planning for support from contractor to Government organic depots.
- Providing training to USAF Maintenance Technicians on testing and repair of units under test.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (for market research)
- Set-Aside: None specified; respondents must identify their socioeconomic classification (Large Business, Small Business, 8(a), SDB, WOSB, VOSB, SVOSB, HUBZone).
- Response Due: February 27, 2026, 22:00 UTC (Statement of intent to respond due within 14 calendar days of posting, responses due 14 calendar days after posting, which aligns with the overall response date).
- Published: February 11, 2026
- Place of Performance: Wright Patterson AFB, OH.
Submission & Evaluation
Interested parties should submit an unclassified White Paper (CUI acceptable) describing their system, corporate overview, and basic qualifications. Specific information requested includes company details (incorporation date, years in business, employees, security clearance, history, location, contact info, DUNS, Cage Code) and a single point of contact. Proprietary information must be clearly marked. Responses will be used for developing future acquisition strategies.
Additional Notes
- Costs incurred in response to this RFI will not be reimbursed.
- Foreign participation is not authorized for prime contractors or subcontractors.
- Export Control regulations apply; a Certified DD Form 2345 may be required.
- Technical questions should be directed to Jeffrey Hubbard (Jeffrey.hubbard.4@us.af.mil).
- Contracting questions should be directed to Laura Harr (laura.harr@us.af.mil).