Request for Information | F-15 Peculiar Avionics System Level Deficiency Analysis

SOL #: FD2060-26-00379Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8538 AFSC PZAAB
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 4, 2026
2
Last Updated
Feb 17, 2026
3
Response Deadline
Mar 6, 2026, 11:00 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 conducting market research through a Request for Information (RFI) for F-15 Peculiar Avionics System Level Deficiency Analysis. This RFI seeks to identify potential sources capable of providing technical expertise and engineering staff for hardware and software updates to F-15 peculiar avionics. The requirement is currently a sole-source effort with Northrop Grumman Corporation (NGC), and the government is considering a stand-alone contract with NGC. Responses are due March 6, 2026.

Scope of Work

The services required include implementing hardware and software updates, F-15 production support, and modifications to maintain and improve the Reliability and Maintainability (R&M) of F-15 peculiar avionics. This involves engineering investigations for Product Quality Deficiency Reports (PQDR) and Material Improvement Programs (MIP), system-level maintenance analysis, parts qualification testing, Test Program Set (TPS) re-host analysis reviews, logistic/engineering studies, and vertical testability analysis. Contractor personnel will be required to work on-site at Warner Robins AFB, utilizing government-provided computers and workstations. A Secret level clearance is mandatory. Contractors must furnish all material, support equipment, tools, test equipment, and services.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Current Status: Sole source to Northrop Grumman Corporation (NGC)
  • Anticipated Contract: Stand-alone contract with NGC, expected to be a three-year Requirements Contract (basic plus two one-year ordering periods) through FY26.
  • Set-Aside: None specified (market research)
  • Response Due: March 6, 2026, 11:00 PM EST
  • Published: February 4, 2026

Evaluation

This is market research to identify potential sources. Participation does not guarantee inclusion in future solicitations or contract awards. The government will not reimburse participants for RFI expenses.

Additional Notes

The government does not possess assets for reverse engineering or training personnel on these systems. No samples will be provided for supplier evaluation.

People

Points of Contact

Daniel GochenaurPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Feb 17, 2026
View
Version 2
Sources Sought
Posted: Feb 5, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 4, 2026
Request for Information | F-15 Maintenance Testability Analysis Program | GovScope