Request for Information - F-15 Signal Interface Unit (SIU) 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 AFLCMC/WAQ, is issuing a Request for Information (RFI) for F-15 Signal Interface Unit (SIU) Depot Activation Capabilities. This RFI is for acquisition planning to identify potential sources for a Long-Term Support Strategy for the F-15EX program, aiming to improve supply chain efficiency and material availability. Responses are due 14 calendar days after posting (approximately February 25, 2026).
Purpose & Scope
This RFI seeks information from industry to develop a comprehensive support strategy for F-15EX Depot Activation. The goal is to enhance the supply chain and material availability for Line Replaceable Units (LRUs) and their subcomponents, focusing on the Signal Interface Unit (SIU).
Key Requirements
- Identify requirements for and design/build/purchase of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Focus on the repair and maintenance of the Signal Interface Unit (SIU), including associated parts/spares and rights to technical data and software.
- Provide training to USAF Maintenance Technicians on unit testing and repair.
- Develop a plan for transitioning depot-level repair work to Government organic depots.
- Negotiate and implement Partnering Agreements (PA) and Implementation Agreements (IA).
- Provide transition planning from contractor to Government support.
Submission Details
- Interested parties should submit an unclassified White Paper (CUI acceptable).
- White Papers must include a company overview, basic qualifications, and corporate information (name, incorporation date, number of employees, security clearance, etc.).
- Proprietary information must be clearly identified.
- A statement of intent to respond is due within 14 calendar days of posting.
- Responses are due 14 calendar days after posting (approximately February 25, 2026).
Eligibility & Set-Aside
- Respondents must identify their small business size standard based on NAICS code 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing).
- Respondents should indicate their socioeconomic classification (e.g., Large Business, Small Business, 8(a), SDB, WOSB, VOSB, SDVOSB, HUBZone).
- Foreign participation is not authorized for prime contractors or subcontractors, with specific limitations on Foreign Nationals.
Important Notes
- This RFI is for planning purposes only and does not obligate the government to issue an RFP or award a contract.
- Costs incurred in response will not be reimbursed.
- The government may use the information to develop future acquisition strategies.
- Respondents may be invited to an Industry Day event.
- Export Control (ITAR/EAR) applies; a Certified DD Form 2345 may be required.
- Proprietary Information Agreements (PIA) or Non-Disclosure Agreements (NDA) may be required.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Response Due: 2026-02-27 (or 14 calendar days after posting)
- Published: 2026-02-11
- Contact: Laura Harr (laura.harr@us.af.mil)