F-15 FMS Repair and Return Support Services RSAF (Follow-On)
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 Department of the Air Force (AFLCMC WAQKA) is soliciting proposals for F-15 Foreign Military Sales (FMS) Repair and Return Support Services for the Royal Saudi Air Force (RSAF). This follow-on, single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract will provide unclassified logistics repair and return services for F-15 C/D/S/SA variants. Proposals are due April 24, 2026, at 12:00 P.M. EDT.
Scope of Work
The contractor will establish and manage Repair and Return Services (RRS), identify and utilize qualified Sources of Repair (SORs), and maintain repair capability for F-15 components. Key performance metrics include an average aggregate Turn-Around-Time (TAT) of ≤65 days and an average Work in Progress (WIP) time of ≤120 days. Services encompass Operation and Management, Repair and Return, Travel, Contractor Acquired Property (CAP), Over and Above (O&A) work, and Demobilization.
Contract Details
- Contract Type: Single-award Indefinite Delivery, Indefinite Quantity (IDIQ).
- Period of Performance: Up to 66 months, including a 12-month basic period (anticipated to begin August 1, 2026) and five option periods.
- Pricing Structure: Firm Fixed Price (FFP) for Operation and Management; Cost Plus Fixed Fee (CPFF) for Repair and Return and Over and Above; Cost Reimbursement No Fee (CRNF) for Facilities, Travel, CAP, Demobilization, and Non-Severable Repair and Return Services. Data deliverables are Not Separately Priced (NSP).
- Eligibility: Seeking responses from U.S.-based companies only. Foreign contractors are not permitted at the prime level.
- Place of Performance: Contractor's facility, with work potentially performed in the Kingdom of Saudi Arabia. A Saudi business license is mandatory, which can be met through teaming arrangements.
Evaluation Factors
Award will be based on a Tradeoff source selection methodology for best value. Evaluation factors include:
- Factor I: Technical Capability (Management of Repair Sources, Diminishing Manufacturing Sources and Material Shortages (DMSMS), and Turn-Around Time (TAT) management).
- Factor II: Past Performance.
- Factor III: Small Business Participation.
- Factor IV: Cost/Price. Technical Capability and Small Business Participation are evaluated on an acceptable/unacceptable basis. Factors I, II, and III combined are approximately equal in importance to Factor IV (Cost/Price). A multi-gate evaluation process will be used.
Submission Requirements
Proposals must be submitted electronically via encrypted email or DoD SAFE in five separate volumes:
- Volume I: Completed RFP.
- Volume II: Written Technical Proposal (35-page limit).
- Volume III: Past Performance (requested 30 days prior to other volumes).
- Volume IV: Cost/Price Proposal (using provided cost model template).
- Volume V: Small Business Participation. Offerors must hold prices firm for 120 days.
Important Notes
This is an FMS requirement, and award is contingent upon a valid Letter of Offer and Acceptance (LOA) and available funding. The Government reserves the right to cancel the solicitation if funds are not available. Large business offerors are required to submit a small business subcontracting plan. Contacts: Shiela Hodges (shiela.hodges@us.af.mil) and Brenton Gibson (brenton.gibson@us.af.mil).