Request for Information - F-15 Electromechanical Linear Actuator - Lateral (ELA/LAT) 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 Electromechanical Linear Actuator - Lateral (ELA/LAT) Depot Activation Capabilities. This market research aims to identify potential sources for F-15EX sustainment, focusing on improving supply chain efficiencies and material availability. Responses are due February 27, 2026.
Purpose & Scope
This RFI is for acquisition planning and market research to develop a Long-Term Support Strategy for F-15EX sustainment. The F-15 Program Office (AFLCMC/WAQ) seeks to identify industry capabilities for Depot Activation to support the F-15EX ELA/LAT, including repair, maintenance, associated parts/spares, and technical data rights. The goal is to transition depot-level repair work to Government organic depots.
Key Requirements
- Specialized Equipment: Design, build, or purchase of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for hardware testing and repair.
- Training: Provide training for USAF Maintenance Technicians on STE operation, maintenance, and repair.
- Partnerships: Negotiate and implement Partnering Agreements (PA) and Implementation Agreements (IA) with Original Equipment Manufacturers (OEMs) and the Government.
- Legacy Assessment: Identify existing F-15 legacy capabilities and document discrepancies in testing and repair processes.
Submission Details
- Submission Type: Unclassified White Paper (CUI acceptable) describing capabilities.
- Content: Include corporate overview, basic qualifications, experience managing hardware/software development projects, and specific company information (e.g., Name, DUNS#, CAGE Code, Security Clearance).
- Small Business Information: Respondents must identify their small business size standard (based on NAICS code 334511) and socioeconomic classifications (e.g., Large Business, Small Business, 8(a), WOSB, VOSB, HUBZone).
- Statement of Intent: Due within 14 calendar days of posting (approximately February 26, 2026).
- Response Due: February 27, 2026, by 22:00:00Z.
Eligibility & Notes
- Foreign participation is not authorized.
- This RFI is for information and planning purposes only and does not obligate the government to an acquisition.
- Costs incurred in response will not be reimbursed.
- Proprietary information must be clearly marked.
- A Certified DD Form 2345 is required for Export Control compliance.
- Respondents may be invited to an Industry Day.
- Technical Questions: Jeffrey Hubbard (Jeffrey.hubbard.4@us.af.mil).
- Contracting Questions: Laura Harr (laura.harr@us.af.mil).