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, under the DEPT OF DEFENSE, is conducting a Request for Information (RFI) / Sources Sought for F-15 Engine Fuel Hydraulic Display Depot Activation Capabilities. This market research aims to identify potential sources for depot activation to support the F-15 Program, specifically for the F-15EX Electromechanical Linear Actuator – Lateral. Responses are due by February 24, 2026.
Purpose & Overview
This RFI is for acquisition planning to develop a Long-Term Support Strategy for F-15EX sustainment. The goal is to improve supply chain efficiencies, material availability, and the supplier base for Line Replaceable Units (LRUs) and their subcomponents. This is not a solicitation and does not obligate the government to any acquisition approach.
Key Requirements / Deliverables
- Identify requirements for and design/build/purchase of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs) for depot-level hardware testing and repair.
- Support the F-15EX Electromechanical Linear Actuator – Lateral, including repair, maintenance, associated parts/spares, and technical data rights.
- Provide training for USAF Maintenance Technicians on STE operation, maintenance, and repair.
- Focus on transitioning depot-level repair work to Government organic depots.
- Negotiate and implement Partnering Agreements (PA) and Implementation Agreements (IA) with Original Equipment Manufacturers (OEMs) and the Government.
- Identify existing F-15 legacy capabilities and document discrepancies for testing and repair processes.
Submission & Eligibility
- Submit an unclassified White Paper (CUI acceptable) describing capabilities, including a corporate overview, basic qualifications, and experience in managing hardware/software development projects.
- Provide specific company information: Name, Date of Incorporation, Years in Business, Employees, Security Clearance, History, Location, Contact Info, DUNS#, and Cage Code.
- Respondents must identify their small business size standard based on NAICS code 334511 and socioeconomic classifications (Large Business, Small Business, 8(a), SDB, WOSB, VOSB, SVOSB, HUBZone).
- Foreign participation is not authorized.
- A Certified DD Form 2345 is required for Export Control compliance.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage); respondents must identify socioeconomic status.
- Response Due: February 24, 2026, at 22:00 UTC.
- Published: February 11, 2026.
- Place of Performance: Wright Patterson AFB, OH.
Additional Notes
This notice is for information and planning purposes only; costs incurred will not be reimbursed. Proprietary information must be clearly marked. 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).