Request for Information - F15 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 is conducting a Request for Information (RFI) / Sources Sought for F-15 Depot Activation Capabilities. This market research aims to identify potential sources to support a Long-Term Support Strategy for the F-15EX program, specifically focusing on supply chain efficiencies and material availability for Line Replaceable Units (LRUs) and subcomponents, particularly the Electromechanical Linear Actuator – Longitudinal. The place of performance is Wright Patterson AFB, OH. Responses are due by February 24, 2026.
Purpose & Scope
This RFI is for acquisition planning and does not constitute a solicitation. The F-15EX program involves replacing the F-15C/D fleet and augmenting the F-15E fleet. The F-15 Program Office (AFLCMC/WAQ) seeks to establish F-15EX organic maintenance capabilities by maximizing existing F-15 legacy assets. This effort will support Air Logistics Complex (ALC) stand-up through contractor identification of requirements and the design, build, or purchase of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
Key Requirements / Deliverables
Potential capabilities sought include:
- Identification of requirements and design/build/purchase of STE, TPS, and ITAs.
- Provision of the Electromechanical Linear Actuator – Longitudinal, associated parts/spares, and technical data rights.
- Coordination of work through the F-15EX Depot Maintenance Activation Working Group (DMAWG).
- Negotiation and implementation of Partnering Agreements (PA) and Implementation Agreements (IA).
- Provision of transition planning for depot support.
- Identification of necessary requirements and documentation of discrepancies in testing and repair processes.
- Provision of USAF Maintenance Technicians training.
Questions to Industry
The government is seeking industry input on:
- Developing efficient solutions for organic repair of Depot Activation components.
- Addressing Technical Data (TD)/data rights/Intellectual Property (IP) rights.
- Cost, schedule, and performance for Depot Activation components.
- Efficient contracting solutions and existing DoD contracts.
Submission Instructions
Interested parties should submit an unclassified White Paper (CUI acceptable) describing their system, including a corporate overview and basic qualifications in managing hardware and software development projects. Submissions must include a Cover Sheet, Company Information (incorporation date, years in business, employees, security clearance, history, location, contact details, DUNS#, Cage Code), and a Point of Contact. Proprietary information should be clearly marked. Identify small business size standard based on NAICS code 334511 and socioeconomic classifications.
Contract & Timeline
- Type: Sources Sought / Request for Information
- Set-Aside: None specified
- Statement of Intent Due: February 24, 2026
- Responses Due: February 24, 2026
- Published: February 10, 2026
Additional Notes
Information is subject to ITAR and EAR; a Certified DD Form 2345 is required. Foreign participation is not authorized unless proper licenses are obtained.
Points of Contact
- Contracting: Laura Harr (laura.harr@us.af.mil)
- Technical: Jeffrey Hubbard (Jeffrey.hubbard.4@usaf.mil)