Solicitation / Repair of the Programmable Armament Control System 46 (PACS-46) Converter Programmer (CP)
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 U.S. Air Force is issuing a Solicitation (FA8538-26-R-0003) for the repair of the F-15 Eagle Programmable Armament Control System 46 (PACS-46) Converter Programmer (CP). This is a sole-source procurement under FAR 6.302-1, with Hamilton Sundstrand Corporation identified as the only source possessing the necessary technical data and capabilities. The contract will be a Firm-Fixed Price, Requirements type for a total of five years. Proposals are due February 16, 2026.
Scope of Work
This requirement involves providing all necessary parts and labor to test and repair the PACS-46 CP and Electronic Sequencing Unit (ESU) for the F-15E aircraft. The PACS-46 is critical for controlling weapon sequencing and release and is expected to remain in service until 2045. The anticipated repair service aims to provide serviceable assets within 30 days of receipt or funded task order.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP), Requirements Contract
- Duration: One 12-month Basic Ordering Period and four (4) subsequent 12-month Ordering Periods, totaling 5 years.
- Period of Performance: Anticipated to begin May 2026 through FY31.
- Procurement Method: Sole-source, Other Than Full and Open Competition (FAR 6.302-1), citing Hamilton Sundstrand Corporation (CAGE Code: 0CAM5) as the only source.
- Solicitation Issued: December 17, 2025
- Proposal Due: February 16, 2026, 5:00 PM EST
Key Requirements
- Repair of NSN 1270-01-550-2010FX PACS-46 CP and ESU.
- Provision of all necessary parts and labor.
- Adherence to Turn Around Time (TAT) for repair induction to DCMA acceptance.
- Timely and accurate reporting in CAV-AF.
- Resolution of obsolete parts issues and engineering support for Deficiency Reports and Material Improvement Projects.
- Quality of repair: Pass inspection with no more than one failure per order; Product Quality Deficiency Rate (PQDR) of less than or equal to one per quarter, with a goal of zero.
- Delivery of repair in accordance with the contract/order schedule.
- Compliance with Service Contract Act (SCA) requirements, FAR, and DFARS clauses.
- Provision of Contract Data Requirements List (CDRL) items, including Monthly Status Reports, CAVAF Reports, Government Furnished Material (GFM) Requisition and Inventory Reports, Annual Government Property Physical Inventory Reports, Counterfeit Prevention Plans, Engineering Change Proposals, Technical Report Studies/Services, and Contractor's Quality Control Plans.
- Best Estimated Quantities (BEQs) per period: 36 Minor Repair, 13 Major Repair, 13 No Fault Found (NFF), 1 Beyond Economic Repair (BER).
Additional Notes
The Government does not own the technical data for this requirement. Unique Item Identification (IUID) is required for delivered items, and Government Property will be provided for repair. The place of performance is currently unknown. Point of Contact: Lauren Mitchell, lauren.mitchell.6@us.af.mil, 730-327-2252.