Navigate the lattice: hubs for browsing, trends for pricing signals.
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET RESEARCH PURPOSES ONLY in accordance with Federal Acquisition Regulation (FAR) Part 10. This synopsis is issued solely for market research and planning purposes. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources – THIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is not to be construed as commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information submitted as the result of this synopsis.
The Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Fighters & Advanced Aircraft Directorate (AFLCMC/WA), F-15 System Program Office (AFLCMC/WAQ), Wright-Patterson Air Force Base (WPAFB), Ohio, is seeking information from potential sources capable of providing the personnel, supervision, equipment, and services necessary to support the depot activation and sustainment capability for the F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV), part number (PN) 3215986-1-1. This RFI seeks to identify qualified sources, including large and small businesses (SB), 8(a), HUBZone, Women-Owned (WO), and Service-Disabled Veteran-Owned (SDVO) small businesses. Respondents should clearly demonstrate their technical capabilities and compliance with the specifications outlined below. From this point forward, the valve will be referred to as the PPRSV.
Instructions for Responses:
Read the requirements provided below to determine if you believe your company has the technical knowledge, capabilities, and experience to perform the described effort.
If, after reviewing, you believe your company can meet the PPRSV Depot Activation requirements, submit a capability statement demonstrating your ability to perform the requirements outlined below. Your submission should include responses to the information requested in the "Capabilities" section and "Part I: Business Information," and should be submitted in accordance with "Part II: Communication. "
Program Requirements:
The source must be able to perform (at a minimum) all the following tasks to support the depot activation and sustainment capability for the F-15E PPRSV, PN 3215986-1-1:
In addition to the tasks listed above, the source must be able to accomplish the following:
This publication is intended to elicit responses from sources with knowledge, skills, data, equipment, proper facilities, and capacity to meet the USAF’s requirements. The dollar value and period of performance (PoP) for each contract will be commensurate to the requirement. Contract efforts are subject to FAR 52.232-18 availability of funds.
AFLCMC/WAQ is continually surveying the market to identify sources able to fulfill all previously mentioned requirements. Qualified sources must have the knowledge and capability to perform all stated requirements starting approximately Fiscal Year 2027. If a contractor believes that they have the capability and are qualified to meet the USAF's requirements, please respond to this pre-solicitation synopsis with the following information for AF assessment:
Capabilities:
The capabilities package should be brief and concise and clearly describe the capabilities of your company and the nature of the goods and/or services you provide, along with your ability to meet the stated requirements above. Please limit the response to the equivalent of 100 8.5 x 11-inch pages with no smaller than 12-point font. Only affirmative responses to this notice will be assessed to the extent necessary for the Government to determine the technical capability of the firm to meet the F-15E/EX PPRSV Depot Activation requirements. The package should include the following information:
A response offering other than the requirements in the above Program Requirements paragraph will be considered non-responsive. The contractor may provide additional tasks required for successful F-15E/EX PPRSV Depot Activation not specified above with adequate justification in their response.
Requested Responses:
Part I: Business Information:
Please provide the following business information for your company and for any teaming or joint venture partners:
Contractor and Government Entity (CAGE) code
Address
Point of Contact (to include phone number and email address)
Web Page URL
Facility and Security Clearance
Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone).
The National American Industry Classification System (NAICS) code for this action is 541330, size standard (in millions of dollars) $25.5. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract.
Identify if your company is domestically or foreign owned. If foreign, please indicate the country of ownership.
Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor.
Acquisition strategy has not yet been determined; market research results will assist the AF in determining whether this requirement will be a full and open, small business set-aside, or sole source acquisition.
NOTE: If there is sufficient demonstrated interest and capability among small business concerns, a key factor in determining if a portion or portions of an acquisition or the entire acquisition will be a Small Business Set Aside is a reasonable expectation that two or more responsible small business concerns will submit offers that are competitive in terms of fair market prices, quality, and delivery. If this effort is not set aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage.
Part II: Communication:
All submissions are requested to be made electronically by 4 pm EST on 30 January 2026 and sent to the F-15 Development System Office, Attention: valerie.neff@us.af.mil. Submissions must not exceed 4 MB.
Annual appropriations are anticipated as the funding source. Any information submitted by respondents to this synopsis is strictly voluntary. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT NOR WILL THE GOVERNMENT REIMBURSE THE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH THEIR RESPONSES. THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSALS (RFP), OR AN INVITATION FOR BIDS (IFB), NOR DOES ITS ISSUANCE RESTRICT THE GOVERNMENT AS TO ITS ULTIMATE ACQUISITION APPROACH. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. Respondents will not be notified of the results of the assessment.
Contracting Office Address:
AFLCMC/WAQK
F-15 Division
ATTENTION:
Area B, Bldg 553 Rm 290
2725 C Street
Wright-Patterson AFB, Ohio 45433-7424
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.