Request for Information - F-15 Flow Control Valve
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 issuing a Request for Information (RFI) for F-15 Flow Control Valves. This RFI seeks industry input on these critical aircraft components. Concurrently, an attached Justification for Other Than Full and Open Competition (J&A) details a sole-source Indefinite Delivery/Indefinite Quantity (IDIQ) contract award to ITT Aerospace Controls LLC for establishing organic maintenance and repair capabilities for F-15EX Flow Control Valves. Responses to the RFI are due May 12, 2026.
Purpose & Scope
- RFI Purpose: To gather information on Flow Control Valves that manage, regulate, and shut off fuel, hydraulic, pneumatic, and coolant fluids in aircraft systems. These valves require high-reliability, low-weight solutions designed for severe operating conditions, including high pressure, high heat, and EMI.
- J&A Context: The J&A justifies a sole-source contract to ITT Aerospace Controls LLC to establish a self-sufficient, depot-level maintenance and repair capability for the F-15EX FCV.
- J&A Key Requirements: This sole-source effort includes the procurement of essential parts, Depot Activation (DA) actions, acquisition of Specialized Test Equipment (STE), Test Program Sets (TPS), Interface Test Adapters (ITAs), and obtaining necessary licenses for sensitive technical data required for FCV repair.
Contract Details (from J&A)
- Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: Three-year base ordering period with an additional one-year option.
- Estimated Value: The total ceiling is set at a Rough Order of Magnitude (ROM) estimate.
- Set-Aside: This specific sole-source action is justified under FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements."
Response & Evaluation
- RFI Response Due: May 12, 2026, 8:00 PM EDT.
- J&A Evaluation: Not applicable, as the J&A is for a sole-source award, not a solicitation for proposals.
Additional Notes
ITT Aerospace Controls LLC is identified as the sole responsible Original Equipment Manufacturer (OEM) with the necessary technical expertise, data, and proprietary information. Market research confirmed no viable alternative sources exist. The government aims to establish an organic depot capability, which will enable future competition for spare parts and support services through the acquisition of technical data and licenses. Contacts: Laura Harr (laura.harr@us.af.mil) and Eric Monroe (eric.monroe@us.af.mil).