Request for Information - F-15 Electromechanical Linear Actuator - Lateral (ELA/LAT) Depot Activation Capabilities

SOL #: FA8634-22-F-0035_5Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8634 AFLCMC WAQK F15
WRIGHT PATTERSON AFB, OH, 45433-7424, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Search (334511)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Feb 12, 2026
3
Response Deadline
Feb 27, 2026, 10:00 PM

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).

People

Points of Contact

Laura HarrPRIMARY

Files

Files

Download

Versions

Version 3Viewing
Sources Sought
Posted: Feb 12, 2026
Version 2
Sources Sought
Posted: Feb 11, 2026
View
Version 1
Sources Sought
Posted: Feb 10, 2026
View