F-15 FMS Aerospace Ground Equipment/Special Purpose Vehicles (AGE/SPV)

SOL #: FA857526RB004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8575 AFLCMC WAQKA
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Place of performance not available

NAICS

Other Support Activities for Air Transportation (488190)

PSC

Logistics Support Services (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 8, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Apr 30, 2026, 9:00 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 (AFLCMC WAQKA) has released a Solicitation for F-15 FMS Aerospace Ground Equipment/Special Purpose Vehicles (AGE/SPV) support. This Total Small Business Set-Aside opportunity seeks unclassified repair, refurbishment, and return services for the Royal Saudi Air Force (RSAF) F-15 fleet. The primary objective is to manage and analyze Turnaround Time (TAT) for AGE/SPV and Fire and Safety Vehicles. Proposals are due by 5:00 P.M. Eastern Daylight Time on April 30, 2026.

Scope of Work

The contractor will provide comprehensive services including:

  • Repair, refurbishment, and return of RSAF F-15 C/D/S and SA AGE/SPV/Fire Safety Vehicles and components.
  • Inspection, management, reporting, and analysis of Turnaround Time (TAT).
  • Operations and Management, Facilities support, Travel, Contractor Acquired Property (CAP), Over and Above (O&A), AGE Modifications, and Operator Familiarization Training.
  • All work must be performed within the Kingdom of Saudi Arabia (KSA), adhering to KSA laws and customs.

Contract Details & Period of Performance

  • Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
  • Pricing: A mix of Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), and Cost-Reimbursement No Fee (CRNF) across various Contract Line Item Numbers (CLINs). No "Not To Exceed" pricing will be accepted.
  • Period of Performance: A 12-month basic period, four 12-month option periods, and a six-month option to extend services, totaling up to 66 months.
  • Set-Aside: Total Small Business Set-Aside (NAICS 488190, $40M size standard). Foreign contractors are permitted at the prime level, with joint venture participation limited to 49% for foreign entities.

Evaluation Criteria

Award will be based on a "best value" tradeoff source selection. Proposals will be evaluated on:

  • Technical Capability (Acceptable/Unacceptable): Management of AGE/SPV repair/refurbishment/replacement, Diminishing Manufacturing Sources and Material Shortages (DMSMS), and Turnaround Time (TAT).
  • Past Performance (Approximately equal to Cost/Price): Assessed for recency, relevancy, and quality. Relevant past performance is defined as efforts with an annual value between $2.1M and $7.9M and a duration of 1-2 years. Offerors must have a Supplier Performance Risk System (SPRS) score of 110 or greater.
  • Cost/Price (Approximately equal to Past Performance): Evaluated for reasonableness, balance, and cost realism (not price realism).

Submission Requirements & Deadlines

  • Proposal Due Date: April 30, 2026, by 5:00 P.M. Eastern Daylight Time.
  • Submission Format: Electronic proposals are preferred (encrypted email or DoD SAFE).
  • Required Volumes:
    • Volume I: Completed RFP, amendments, checklists.
    • Volume II (Technical): Detailed approach to PWS requirements (35-page limit, includes Saudi Business License).
    • Volume III (Past Performance): Utilizes the PPI Tool and Relevancy Assessment (Amd 1). Due 20 calendar days prior to the proposal due date.
    • Volume IV (Cost/Price): Includes Cost Model (Amd 1) and detailed elemental cost breakouts.
  • Offerors must acknowledge receipt of RFP Amendment 1.

Important Notes

The contract is contingent upon the availability of funds. Offerors should be aware of potential Organizational Conflict of Interest (OCI) issues and include assessments/mitigation plans if applicable. Advisory and Assistance Support (A&AS) contractors (e.g., Astrion) may support the acquisition process.

People

Points of Contact

Julia MalonePRIMARY
Pavielle LudlowSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5Viewing
Solicitation
Posted: Mar 25, 2026
Version 4
Solicitation
Posted: Mar 24, 2026
View
Version 3
Solicitation
Posted: Mar 11, 2026
View
Version 2
Solicitation
Posted: Feb 24, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 8, 2026
View