Request for Information - F-15 Electromechanical Linear Actuator - Longitudinal (ELA/LONG) 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 Sources Sought / Request for Information (RFI) for F-15 Electromechanical Linear Actuator - Longitudinal (ELA/LONG) Activation Capabilities. This RFI aims to identify potential sources for Depot Activation capabilities to support the F-15EX Long-Term Support Strategy. Responses are due by February 27, 2026.
Purpose & Scope
This RFI is for acquisition planning, specifically for Depot Activation capabilities to support the F-15 Program. It is not a solicitation and does not obligate the government to an acquisition approach. The F-15EX program involves replacing F-15C/D and augmenting F-15E fleets. The F-15 Program Office (AFLCMC/WAQ) is conducting market research to identify sources for Depot Activation, focusing on supply chain efficiencies and material availability for Line Replaceable Units (LRUs) and subcomponents. The objective is to establish F-15EX organic maintenance capabilities while maximizing existing F-15 legacy assets. The primary focus is on the Electromechanical Linear Actuator – Longitudinal (ELA/LONG), including associated parts, spares, and technical data rights for maintenance and software support.
Key Information Sought
The government is seeking industry input on:
- Developing efficient solutions for organic repair of Depot Activation components.
- Addressing Technical Data (TD), data rights, and Intellectual Property (IP) rights.
- Cost, schedule, and performance for Depot Activation components.
- Efficient contracting solutions and existing DoD contracts.
- Capabilities to identify requirements, design/build/purchase Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Provision of transition planning for depot support and USAF Maintenance Technicians training.
Submission Requirements
Interested parties should submit an unclassified White Paper (CUI acceptable) describing their system. Submissions must include:
- A Cover Sheet.
- Company Information: incorporation date, years in business, number of employees, security clearance, history, location, contact details, DUNS#, and Cage Code.
- Identification of small business size standard based on NAICS code 334511 and socioeconomic classifications.
- Basic qualifications in managing hardware and software development projects.
- Clearly identify and mark any proprietary or competition-sensitive information.
- Designate a single point of contact.
Timeline & Contacts
- Statement of Intent to Respond: Within 14 calendar days of the opportunity's published date (February 26, 2026).
- Responses Due: February 27, 2026, by 22:00:00Z.
- Contracting POC: Laura Harr (laura.harr@us.af.mil)
- Technical POC: Jeffrey Hubbard (Jeffrey.hubbard.4@usaf.mil)
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.