SOURCES SOUGHT
99 -- Request for Information (RFI) for Specialized Engineering and Technical Services For F-15 Radar Reliability and Maintainability
- Notice Date
- 3/9/2026 9:13:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FD20602500029
- Response Due
- 3/23/2026 1:00:00 PM
- Archive Date
- 04/07/2026
- Point of Contact
- Madison Norris, Joseph Jones
- E-Mail Address
-
madison.norris@us.af.mil, joseph.jones.81@us.af.mil
(madison.norris@us.af.mil, joseph.jones.81@us.af.mil)
- Description
- This market survey RFI is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for F-15 Eagle Radar Reliability and Maintainability (R&M) Engineering Services to support the 409 Supply Chain Management Engineering pertaining to the F-15 radars and other similar radar systems (i.e. AN/APG-63V(x) (x = 0, 1, 2, 3), AN/APG-70, AN/APG-82(V)1 radar, etc.) AESA radars related to the APG-82(V)1, and supporting avionics systems Line Replaceable Units (LRUs) and Shop Replaceable Units (SRUs). These engineering services include reliability/maintainability (R&M) improvement issues, Bad Actor failure investigations, Material Improvement Project (MIP) tasks, hardware/software maintenance and design tasks, first article support, FMS Action Items, part investigations, replacement test station technical support, UUT S/W maintenance support, obsolete part qualifications and Avionics System Test Bench and related test systems and support equipment hardware and software support. The primary location for this work will be on-site at Robins Air Force Base, GA, although travel may be involved to other locations. The level of security clearance is SECRET and no foreign participation in this requirement is permitted. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey. This requirement is anticipated to be sole source to Raytheon Company. The F-15 radar systems are manufactured by Raytheon, and the Government does not own all the data rights to all of these systems. Also, only Raytheon possesses the corporate knowledge to support the radar systems, as they have the personnel who were originally involved in the design and maintenance of these systems. The Government does not have assets available to provide to another company for reverse engineering or training of personnel on these systems. The most recent contract was awarded to Raytheon in 2020 on DLA Captains of Industry Contract Number SPRBL1-15-D-0017-P00076. Our current acquisition strategy is a five-year Requirements Contract (basic plus four one-year ordering periods) and will continue through FY29. The Government also anticipates awarding one- year bridge task orders to provide contract coverage leading up to the 5-year contract award. This RFI is conducted in accordance with FAR 15, 52.215-3, Request for Information or Solicitation for Planning Purposes: Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining information relative to an upcoming effort specialized engineering services concerning F-15 Eagle Radar Reliability and Maintainability (R&M) Engineering Services for the Aircraft Supply Chain Management Squadron F-15 Avionics Engineering (409 SCMS/GUEA). ***The entire Request for Information (RFI) is attached.***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/12e526bf2aec4d9399ca2c6b5f03006f/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07739253-F 20260311/260309230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |