Request for Information (RFI) for F-15E Nuclear Control Panel
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 Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, on behalf of the 409 SCMS/GUMCC, is conducting a Request for Information (RFI) to identify potential sources capable of producing the F-15E Nuclear Control Panel. This market research aims to inform a future procurement strategy. Responses are due by February 10, 2026.
Scope of Work
The requirement is for the F-15E Nuclear Control Panel (NSN 1135-01-242-2400UY, P/N 68A810357-1001). This item is a self-contained unit comprising a metal switch panel with toggle switches and associated electrical hardware, designed to enable secure activation protocols for ordnance systems. The government intends to procure these items using Full and Open Competition.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
- Set-Aside: No set-aside decision has been made; market research will inform the final strategy.
- Response Due: February 10, 2026
- Published: January 12, 2026
- Place of Performance: Robins AFB, GA 31098-1640
Evaluation
This RFI is for informational purposes only and does not constitute a solicitation. Responses will be used to assess industry capabilities, determine potential small business participation, and finalize the acquisition strategy. Both large and small businesses are encouraged to participate, and joint ventures or teaming arrangements are welcome.
Additional Notes
Respondents must complete a Contractor Capability Survey, providing business information and answering detailed questions on general capabilities, manufacturing processes (including handling legacy technical data, special treatments like aluminum anodizing, functional/acceptance testing, and handling sensitive electrical components), and export-controlled data. To obtain technical data/drawings, interested vendors must be registered in the Enhanced Joint Certification Program (EJCP). Small businesses are specifically asked to detail teaming arrangements if full capability is not met and to identify areas suitable for small business breakout. Responses should be sent via email to Vinson Howell (vinson.howell@us.af.mil) and Daniel DiZoglio (daniel.dizoglio@us.af.mil).