SOLICITATION: 415 SCMS STRATEGIC MAC IDIQ CONTRACT

SOL #: FA825026R0001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8250 AFSC PZAAA
HILL AFB, UT, 84056-5825, United States

Place of Performance

Place of performance not available

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Apr 2, 2026, 6:00 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, 415 SCMS at Hill AFB, has issued a Solicitation (FA8250-26-R-0001) for a Strategic Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ). This opportunity seeks repair services for 11 weapon systems and approximately 124 National Stock Numbers (NSNs). The requirement is restricted to qualified sources, meaning non-qualified vendors must submit a Source Approval Request (SAR) package to be considered. Proposals are due April 2, 2026, at 12:00 PM MST.

Scope of Work

Contractors will provide comprehensive repair services, including Test, Teardown and Evaluation (TT&E), Minor Repairs, Major Repairs, and Total Rebuilds, along with other ancillary requirements. This involves furnishing all necessary facilities, parts, materials, equipment, and services to restore assets to a serviceable condition. Repaired items must meet or exceed new item performance requirements and adhere to Form, Fit, Function and Interface (FFFI) standards. Specific levels of repair and detailed requirements will be defined at the individual task order level.

Contract Details

  • Contract Type: Multiple Award IDIQ.
  • Task Order Type: Firm-Fixed Price.
  • Period of Performance: A 5-year basic ordering period (June 1, 2026 - May 31, 2031) with one 5-year option, totaling a potential 10-year contract.
  • Estimated Value: The contract has an estimated maximum value of $300,000,000.00, with a minimum guarantee of $500.00 (for the Counterfeit Prevention Plan).
  • Set-Aside: The overall requirement is restricted to qualified sources. While the MAC IDIQ itself is not set-aside, individual task orders issued under it may be set-aside for specific socio-economic groups (e.g., 8(a), SDVOB, WOSB, HUBZone).
  • Cybersecurity: Contractors must comply with DFARS 252.204-7020 (NIST SP 800-171), DFARS 252.204-7025 (CMMC Level 2 Self), and FAR 52.204-29 (Federal Acquisition Supply Chain Security Act Orders).

Qualification & Submission

  • Mandatory Qualification: Offerors must be qualified and listed as an approved source on the AFMC 762 for at least one NSN specified in the Repair Qualification Requirements (RQR). Non-qualified vendors must submit a SAR package, demonstrating capabilities in facilities, testing, data verification, and repair processes. The estimated cost for qualification testing is $10,000 per category, with a 60-day estimated completion time per request. Waiver criteria are available.
  • Letter of Intent: Potential bidders are encouraged to submit a "Letter of Intent to Participate" (Attachment 6) to formally express interest and provide business/capability information.
  • Questions Due: February 20, 2026, 12:00 PM MST. Answers will be posted by March 12, 2026, 12:00 PM MST.
  • Proposal Submission: Proposals must be submitted digitally via email by April 2, 2026, at 12:00 PM MST.

Evaluation

Award will be based primarily on Technical Qualification (Order of Importance: 01), with past performance also being assessed. Evaluation criteria for individual task orders will be established at that level and may include best value, Lowest Price Technically Acceptable (LPTA), or tradeoff. Contractors are required to propose to 90% of Fair Opportunity Proposal Requests (FOPRs) for which they are qualified, to avoid a negative CPARS rating.

People

Points of Contact

Cydnee SimpsonPRIMARY
Nick StandifordSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Feb 25, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 12, 2026
SOLICITATION: 415 SCMS STRATEGIC MAC IDIQ CONTRACT | GovScope