Request for Information - F-15 ENGINE FUEL HYDRAULIC DISPLAY 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 Engine Fuel Hydraulic Display Depot Activation Capabilities. This RFI is for acquisition planning and market research to identify potential sources for a Long-Term Support Strategy for the F-15EX program, focusing on establishing organic maintenance capabilities at Wright Patterson AFB, OH. Responses are due by February 24, 2026.
Purpose & Scope
This RFI aims to identify industry capabilities for Depot Activation, which involves material maintenance or repair requiring overhaul, upgrading, or rebuilding of parts, assemblies, or subassemblies. The objective is to establish F-15EX organic maintenance capabilities while maximizing existing F-15 legacy assets. The focus is on the Electromechanical Linear Actuator – Longitudinal, including associated parts/spares and technical data rights.
Key Requirements & Deliverables
Contractors would be expected to:
- Identify requirements and design/build/purchase Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Provide the Electromechanical Linear Actuator – Longitudinal, associated parts/spares, and technical data rights.
- Coordinate work through the F-15EX Depot Maintenance Activation Working Group (DMAWG).
- Negotiate and implement Partnering Agreements (PA) and Implementation Agreements (IA).
- Provide transition planning for depot support and identify/document testing/repair discrepancies.
- Provide training for USAF Maintenance Technicians.
Questions to Industry
The government seeks input on developing efficient solutions for organic repair, addressing Technical Data (TD)/data rights/Intellectual Property (IP) rights, cost/schedule/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, corporate overview, and basic qualifications. The submission must include company information (incorporation date, employees, security clearance, location, DUNS#, Cage Code) and a designated Point of Contact. Proprietary information should be clearly marked. Small business size standard based on NAICS code 334511 and socioeconomic classifications should be identified.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research for potential small business sources)
- Response Due: February 24, 2026, at 22:00 UTC
- Published: February 11, 2026
Additional Information
Information is subject to ITAR and EAR, requiring a Certified DD Form 2345. Foreign participation is not authorized without proper licenses. This RFI is for planning purposes only and does not constitute a solicitation.