Request for Information - F-15 Rudder Sensor Depot Activation Capabilities
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 issuing a Request for Information (RFI) for F-15 Rudder Sensor Depot Activation Capabilities. This RFI seeks to identify potential sources capable of providing depot-level testing and repair for the F-15EX Rudder Sensor, including associated parts, spares, and technical data rights. The goal is to develop a Long-Term Support Strategy to improve supply chain efficiencies. Responses are due 14 calendar days after posting.
Purpose & Overview
This RFI is for acquisition planning purposes by the Air Force Lifecycle Management Center (AFLCMC/WAQ) to identify potential sources for F-15 Program Depot Activation capabilities, specifically for the F-15EX Rudder Sensor. The Air Force aims to develop a Long-Term Support Strategy to enhance supply chain efficiencies and material availability for Line Replaceable Units (LRUs) and their subcomponents. This is not a solicitation and does not obligate the government to an acquisition.
Key Requirements / Deliverables
- Develop capabilities for depot-level testing and repair of F-15EX Rudder Sensors.
- Identify requirements for Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs).
- Provide necessary hardware, software, and rights in technical data for repair and maintenance.
- Train USAF Maintenance Technicians on test and repair procedures.
- Transition capabilities from contractor support to government organic depots.
- Negotiate Partnering Agreements (PA) and Implementation Agreements (IA) with OEMs and the Government.
Submission & Evaluation
Interested parties should submit an unclassified White Paper (CUI acceptable). A statement of intent to submit must be communicated within 14 calendar days of posting. Responses are due 14 calendar days after posting. The government will use responses for planning purposes and to identify interested sources.
Eligibility / Set-Aside
The NAICS code is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a small business size standard of 1,350 employees. Respondents must indicate their socioeconomic classification (Large Business, SB, 8(a), SDB, WOSB, HUBZone, VOSB, SDVOSB). Foreign participation is not authorized.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Published: April 17, 2026
- Response Due: 14 calendar days after posting (approximately May 1, 2026)
Additional Notes
Information is subject to Export Control (ITAR/EAR); a Certified DD Form 2345 is required. Technical questions should be directed to Jeffrey Hubbard (Jeffrey.hubbard.4@us.af.mil). Contracting questions should be directed to Laura Harr (laura.harr@us.af.mil).