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
Mar 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 has issued a Solicitation for F-15 FMS Aerospace Ground Equipment/Special Purpose Vehicles (AGE/SPV). This opportunity seeks a single Small Business contractor to provide repair, refurbishment, and maintenance services for the Royal Saudi Air Force (RSAF) F-15 fleet. The contract is a Total Small Business Set-Aside. Proposals are currently due by 5:00 P.M. Eastern Daylight Time on March 30, 2026, though an extension to this date is expected via an upcoming RFP Amendment 1.

Scope of Work

The selected contractor will manage and perform unclassified repair, refurbishment, and return services for a broad range of RSAF F-15 C/D/S and SA AGE/SPV, including Fire and Safety Vehicles and components. All work will be performed within the Kingdom of Saudi Arabia (KSA), requiring adherence to KSA laws and customs, and possession of a Saudi business license. Key objectives include establishing and managing inspection, repair, refurbishment, and replacement processes, as well as reporting and analyzing Turn-Around-Time (TAT) for these services. Performance standards include strict TAT metrics for various maintenance types, MIS availability, and defect-free repair rates.

Contract Details

This will be a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with a potential period of performance of up to 66 months, comprising a one-year basic period, four one-year option periods, and a six-month option to extend services. Pricing arrangements will vary by CLIN, including Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursement No Fee (CRNF), and Not Separately Priced (NSP). The Product Service Code is R706 (Logistics Support Services), and the NAICS code is 488190 with a $40 million size standard. Funds are not presently available, and the Government's obligation is contingent upon fund availability.

Evaluation Factors

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

  • Technical Capability (Acceptable/Unacceptable): Assessing management of repair/refurbishment/replacement of AGE/SPV, Diminishing Manufacturing Sources and Material Shortages (DMSMS) management, and Turn Around Time (TAT) management.
  • Past Performance: Considered approximately equal in importance to Cost/Price. Only efforts with an annual value between $2.1M and $7.9M and a period of performance between 1-2 years will be evaluated.
  • Cost/Price: Considered approximately equal in importance to Past Performance, focusing on reasonableness, balance, and cost realism. The evaluation follows a gated process, starting with RFP compliance and technical acceptability, then proceeding to past performance and total proposed price for a limited competitive range. Offerors must have a Supplier Performance Risk System (SPRS) score of 110 or greater.

Submission Requirements & Key Dates

Proposals must be submitted in four volumes: Completed RFP, Written Technical Proposal, Past Performance, and Cost/Price Proposal. The Technical Proposal has a 35-page limit and requires a minimum 12 pt font. Past Performance information must be submitted using the PPI Tool and Relevancy Assessment for three relevant efforts. Electronic submissions are preferred via encrypted email or DoD SAFE. The RFP was released on February 27, 2026. Proposals are due by 5:00 P.M. EDT on March 30, 2026, with the Past Performance Volume requested 20 calendar days prior.

Contact Information

For questions, contact Julia Malone, Contracting Officer, at julia.malone@us.af.mil, or Pavielle Ludlow, Contract Specialist, at Pavielle.Ludlow@us.af.mil.

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

Versions

Version 5
Solicitation
Posted: Mar 25, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 24, 2026
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