RSAF F-15 Classified Repair and Return Services (Robins AFB)
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 market research through a Sources Sought Synopsis to identify potential sources for Classified Repair and Return Services for the Royal Saudi Air Force (RSAF) F-15 Fleet at Robins AFB, GA. This effort involves logistical support and management for classified and unclassified F-15 components requiring classified testing, data, or software. A SECRET security clearance is required, and foreign participation is not allowed. Responses are due by February 18, 2026.
Scope of Work
The contractor will be responsible for:
- Providing logistical support and management services for classified F-15 RSAF repair & return (R&R).
- Sustaining classified and unclassified items that require classified testing, software, or have classified technical orders.
- Identifying and providing logistics management services to certified Sources of Repair (SORs).
- Furnishing all material, support equipment, tools, test equipment, and services.
- Maintaining and calibrating all required support equipment.
- Maintaining repair capability for all items and meeting specified Turnaround Times (TATs).
- Providing and maintaining access to a Management Information System (MIS) for repair data.
- Managing Beyond Economical Repair (BER) rates, ensuring repair quality, tracking items, and updating repair costs.
- Expediting delivery for Mission Capability (MICAP) or Urgent Repair Requests.
Contract & Timeline
- Type: Sources Sought / Market Research (R706 - Logistics Support Services)
- Set-Aside: None specified; foreign participation is not allowed. Both large and small businesses, including joint ventures/teaming arrangements, are encouraged to participate.
- Response Due: February 18, 2026, 04:00 PM EST
- Published: December 18, 2025
- Place of Performance: Warner Robins, GA 31098, United States
Evaluation
This is for market research only; the Government does not intend to award a contract based on this notice. Responses will be treated as information only and will be used to identify potential sources, determine industry capabilities, and overcome barriers to competition for future requirements. Failure to provide adequate documentation may hinder assessment.
Additional Notes
Respondents must possess expertise, capabilities, and experience in handling classified information and/or Controlled Unclassified Information (CUI). A Contractor Capability Survey is provided for detailing business information and capabilities, including experience with classified materials and specific F-15 National Stock Numbers (NSNs). Questions related to this market survey should be addressed to the Procuring Contracting Officer (PCO).