Trusted Aircraft Information Download Station (TADS) & Common Mission Debrief Program (CMDP)
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 (USAF) at Robins AFB, GA, is conducting market research through a Request for Information (RFI) for the Trusted Aircraft Information Download Station (TADS) and Common Mission Debrief Program (CMDP). This presolicitation seeks qualified sources to provide logistics and sustaining engineering services for the F-15 C/D/E Fleet. The effort includes maintenance, repairs, upgrades, and support for these critical systems. Responses are due by February 19, 2026.
Scope of Work
The requirement is for comprehensive logistics and engineering services to sustain TADS units and CMDP software, which are vital for collecting and distributing Aircraft Information Program (AIP) Data from F-15 flight media. Key services include:
- Sustainment: Maintaining fielded TADS units and CMDP software.
- Logistics: Providing spare parts, obsolete parts mitigation, inventory control, packaging, handling, storage, transportation, shipping, and receiving.
- Engineering: Firmware/hardware/logic/software upgrades, technical support, repairs (estimated 15 hardware repairs annually), regression testing, and configuration management.
- Management: Managing TADS terminals, components, and subassemblies, including a Diminishing Manufacturing Source (DMS) program.
- Support: Providing facilities for diagnostics and repair with specific Turn-Around-Time (TAT) requirements (30 days for standard, 45 days for "Over and Above").
- Compliance: Ensuring cybersecurity compliance and adherence to U.S. Government security requirements, including potential Secret clearance for personnel.
Contract & Timeline
- Type: Request for Information (RFI) / Presolicitation
- Anticipated Contract Type: Five-year contract (basic plus 4 option years)
- Security Clearance: Secret level may be required.
- Place of Performance: Primarily contractor's facilities; technical support may be at government installations in Warner Robins, GA.
- Response Due: February 19, 2026, by close of business.
- Published: January 20, 2026.
Eligibility & Submission
- Set-Aside: Not applicable for this RFI; both large and small businesses are encouraged to participate. Joint ventures or teaming arrangements are also encouraged. Contractors may identify areas suitable for small business set-asides.
- Submission: This is for market research only; responses will be treated as information, not proposals. Companies should provide responses to a Contractor Capability Survey.
- Contact: Responses and questions should be emailed to Coretta Yeadon (coretta.yeadon@us.af.mil) and Ebony Walker-Simpson (ebony.walker-simpson@us.af.mil).
Additional Notes
Participation in this RFI is voluntary and does not guarantee future participation in solicitations or contract awards. The government will not reimburse participants for expenses. Telspan Data, LLC is identified as the Original Equipment Manufacturer (OEM) of TADS and owner of proprietary data.