Request for Information | F-15 Avionics Systems Supportability Analysis
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 (FA8538 AFSC PZAAB) is conducting market research through a Request for Information (RFI) for F-15 Avionics Systems Supportability Analysis. This RFI seeks to identify potential sources capable of providing technical expertise and engineering staff for desktop audits and analysis of 409 SCMS/GUEA managed Technical Orders. The requirement is currently a sole-source acquisition to BAE Systems. Responses are due by close of business on March 18, 2026.
Scope of Work
The government requires technical expertise and engineering staff to conduct desktop audits and analysis for F-15 Avionics Systems Supportability. This involves analyzing 409 SCMS/GUEA managed Technical Orders. The potential source must maintain a Secret level clearance. The government will provide necessary computers and workstations at Warner Robins AFB. This is a service contract, with no manufacturing or data ownership involved.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Product Service Code: R425 (Engineering And Technical Services)
- Anticipated Contract: A stand-alone contract, anticipated to be 3 years (1 base year + two 1-year option periods).
- Current Status: Sole-source to BAE Systems (most recent contract awarded in 2021).
- Response Due: March 18, 2026 (by close of business)
- Published: February 17, 2026
Submission & Eligibility
Respondents must complete a Contractor Capability Survey (Parts I and II). This survey requires business information, NAICS code, small business status, and detailed descriptions of capabilities, experience, quality assurance processes, and approach to obsolescence and diminishing manufacturing sources. Responses must be submitted electronically via email, with attachments not exceeding 10 MB per email. No set-aside decision has been made at this stage. The government encourages both large and small businesses, including joint ventures and teaming arrangements, to participate. Small businesses are specifically asked to identify any work areas that could be broken out for them.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or guarantee future contract awards. The government will not reimburse participants for any expenses associated with their participation. Responses will be treated as information only and not as proposals. Questions should be directed to Daniel Gochenaur at daniel.gochenaur.4@us.af.mil.