MULTI-AWARD REPAIR CONTRACT ?FLY FIX FIGHT? (MARC F3)
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 is conducting a Sources Sought for a potential Multi-Award Repair Contract (MARC F3). This market research aims to identify qualified sources for the repair and restoration of various items, determining if the effort can be competitive and/or a total Small Business Set-Aside. The proposed NAICS code is 811210 with a $34M size standard. Responses are due by April 16, 2027.
Scope of Work
The contractor will be required to repair and restore numerous items, identified by specific National Stock Numbers (NSNs), to a serviceable condition. This includes troubleshooting, testing, and repairing the listed parts. The Air Force is seeking to expand its qualified source base for these repair services.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Potential Contract: Multi-Award Repair Contract (MARC F3)
- NAICS: 811210 ($34M size standard)
- Set-Aside: Market research to determine potential for competitive and/or Total Small Business Set-Aside (including Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small businesses).
- Response Due: April 16, 2027
- Published: April 16, 2026
Response Requirements
Interested organizations should submit an initial white paper (not exceeding 3 pages) describing their capabilities in troubleshooting, testing, and repairing the listed items. Responses must include:
- Point of contact, address, telephone, email, DUNS, CAGE, and/or tax ID number.
- Size category (large, small, small disadvantaged, etc.).
- Brief summary of company capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals.
- Anticipated teaming arrangements (delineating prime/partner work).
- Description of similar services provided to government and commercial customers in the past three years.
- List of Special Test Equipment (STE) or plans to acquire it.
Additional Notes
This is not a solicitation and does not guarantee a future contract. The government will not reimburse costs incurred in responding. Source Approval Request (SAR) packages are separate from this Sources Sought response and can be submitted at any time. Technical Data Package and Drawing requests can be made to AFLCMC.LZP.PUBSALES@us.af.mil and AFLCMC.LZP.TINKERPUBLICSALES@us.af.mil, respectively. All correspondence for this Sources Sought should be sent to Veronika Pett (veronika.pett@us.af.mil) or Darin Rector (darin.rector@us.af.mil).