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 (AFLCMC WAQKA) is conducting market research via a Sources Sought notice to identify potential sources for Classified Repair and Return Services for the Royal Saudi Air Force (RSAF) F-15 Fleet. This program provides 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 March 3, 2026.
Scope of Work
The contractor will provide comprehensive logistics management and repair services for approximately 82 National Stock Numbers (NSNs), with an estimated 200 inductions annually. Key responsibilities include:
- Identifying and managing certified Sources of Repair (SORs).
- Sustaining classified and unclassified F-15 items that require classified testing, software, or technical orders.
- Furnishing all necessary material, support equipment, tools, test equipment, and services.
- Maintaining repair capability and meeting specified Turn-Around-Times (TATs).
- Managing Beyond Economical Repair (BER) rates and ensuring repair quality.
- Operating and maintaining a Management Information System (MIS) for processing and archiving repair data.
- Managing Government Furnished Property (GFP) and Contractor Acquired Property (CAP).
- Developing an Obsolescence Management Plan for Diminishing Manufacturing Sources and Material Shortages (DMSMS).
Performance Standards
Key performance metrics include:
- Average aggregate TAT: ≤ 150 days.
- Average Work in Progress (WIP): ≤ 175 days.
- MIS Availability: ≥ 98% monthly.
- Defect-Free Repair: ≥ 98% of repaired assets pass initial inspection.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Duration (PWS): One-year base period and four (4) one-year options, plus a six-month option to extend services.
- Set-Aside: None specified; foreign participation is not allowed. Large and small businesses, including joint ventures and teaming arrangements, are encouraged to participate.
- Response Due: March 3, 2026, by COB.
- Published: February 23, 2026.
Place of Performance
Performance will occur at contractor facilities, and potentially at RSAF facilities in the Kingdom of Saudi Arabia, which would require a Saudi business license. The primary location for the opportunity is Warner Robins, GA.
Submission & Eligibility
This is for market research only; no contract will be awarded from this notice. Interested contractors should provide documentation supporting their capabilities, including experience with classified materials, technical data, quality assurance, and repair processes. A Contractor Capability Survey is provided for detailed responses. Failure to provide adequate documentation may hinder assessment.