Request for Information - F-15 Flow Control Valve

SOL #: FA8634-22-F-0035-05Sources SoughtSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8634 AFLCMC WAQK F15
WRIGHT PATTERSON AFB, OH, 45433-7424, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft, Fixed Wing (1510)

Set Aside

No set aside specified

Timeline

1
Posted
May 5, 2026
2
Response Deadline
May 12, 2026, 8:00 PM

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).

People

Points of Contact

Laura HarrPRIMARY
Eric MonroeSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: May 5, 2026