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 (AFLCMC/WAQ) is conducting a Request for Information (RFI) / Sources Sought for F-15 Depot Activation capabilities to support the F-15 Program, specifically for F-15EX sustainment. This market research aims to identify potential sources for improving supply chain efficiencies, material availability, and the supplier base for Line Replaceable Units (LRUs) and their subcomponents. Responses are due by February 24, 2026.
Scope of Work
This RFI seeks information on capabilities related to:
- Identifying requirements, designing, building, or purchasing Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Supporting the F-15EX Electromechanical Linear Actuator – Lateral, including repair, maintenance, associated parts/spares, and technical data rights.
- Providing training for USAF Maintenance Technicians on STE operation, maintenance, and repair.
- Focusing on depot-level repair work transitioned to Government organic depots.
- Negotiating and implementing Partnering Agreements (PA) and Implementation Agreements (IA) with Original Equipment Manufacturers (OEMs) and the Government.
- Identifying existing F-15 legacy capabilities and documenting discrepancies for testing and repair processes.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified; respondents are requested to identify small business size standard and socioeconomic classifications (Large Business, Small Business, 8(a), SDB, WOSB, VOSB, SVOSB, HUBZone).
- Response Due: February 24, 2026 (14 calendar days after posting)
- Published: February 10, 2026
- Place of Performance: Wright Patterson AFB, OH
Submission & Evaluation
Interested parties should submit an unclassified White Paper (CUI acceptable) describing their capabilities. Submissions must include a corporate overview, basic qualifications, information on managing hardware/software development projects, and specific company details (Name, Date of Incorporation, Years in Business, Employees, Security Clearance, History, Location, Contact Info, DUNS#, Cage Code). A statement of intent to respond is due within 14 calendar days of posting, with full responses also due 14 calendar days after posting. Foreign participation is not authorized. Responses will be used for acquisition planning and market research purposes only.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment for future 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 should be directed to Jeffrey Hubbard (Jeffrey.hubbard.4@us.af.mil), and contracting questions to Laura Harr (laura.harr@us.af.mil).