Skip to content
Department of Defense

Request for Information | F-15 Peculiar Avionics System Level Deficiency Analysis

Solicitation: FD2060-26-00379
Notice ID: 42b149d449d542d5821cee52e27fd192
TypeSources SoughtNAICS 541330PSCR425Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedFeb 04, 2026, 12:00 AM UTCDueMar 06, 2026, 11:00 PM UTCCloses in 12 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 06, 2026. Industry: NAICS 541330 • PSC R425.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,240,690,282
Sector total $5,796,258,355,399 • Share 0.1%
Live
Median
$400,904
P10–P90
$29,630$1,410,297
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27221%($4,209,759,586)
Deal sizing
$400,904 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Robins Afb, GA • 31098-1670 USA

Point of Contact

Name
Daniel Gochenaur
Email
daniel.gochenaur.4@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8538 AFSC PZAAB
Contracting Office Address
Robins Afb, GA
31098-1670 USA

More in NAICS 541330

Description

Request For Information

F-15 Maintenance Testability Analysis Program

This service is sole source to NGC. There is no manufacturing or data to own from this contract since it is a service contract. The government does not have assets available to provide to another company for reverse engineering or training of personnel on these systems. This requirement is being considered for a stand-alone contract with NGC.

PLEASE SEE ATTACHED FULL RFI AND SURVEY

The Government is conducting market research to identify potential sources that possess the technical expertise, capabilities, and experience to meet qualification requirements to implement hardware and software updates to the F-15 Maintenance Testability Analysis Program components. The potential source must maintain a clearance at the Secret level. These services include providing the technical expertise and engineering staff necessary to implement the hardware and software updates, F-15 production support, and modifications necessary to maintain and improve the Reliability and Maintainability (R&M) of the F-15 peculiar avionics. This acquisition will continue a contractor sustainment effort that corrects system level deficiencies. The contractor sustainment effort provides the technical expertise and engineering staff necessary to implement the hardware and software updates, F-15 production support, and modifications necessary to maintain and improve the Reliability and Maintainability (R&M) of the F-15 peculiar avionics. Specifically, this includes engineering investigations in support of Product Quality Deficiency Reports (PQDR) and Material Improvement Programs (MIP) for the F-15 aircraft peculiar avionics. Additionally, the contractor support includes performing system level maintenance analysis, part’s qualification testing, Test Program Set (TPS) re-host analysis reviews, logistic/engineering studies, vertical testability analysis, and engineering investigations for the Government. The Government has determined the most efficient method to accomplish the requirements is to place contractor personnel on-site within the facility that houses the F-15 Peculiar Systems Maintenance Testability Analysis Program (MTAP).

Samples will not be provided for supplier to evaluate. The Government will supply computers and work stations for the contractor located on Warner Robins AFB.

Contractor shall furnish all material, support equipment, tools, test equipment, and services.  The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor’s facility.  Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts.

Northrop Grumman Coporation (NGC) is the current sourced contractor for this effort.

Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.  The government will not reimburse participants for any expenses associated with their participation in this survey.

This is currently a sole source acquisition to NGC. The most recent contract was awarded to NGC in 2021 on GSA Contract Number GS-00F-128CA. This is expected to be a three-year Requirements Contract (basic plus two one-year ordering periods) and will continue through FY26.

This service is sole source to NGC. There is no manufacturing or data to own from this contract since it is a service contract. The government does not have assets available to provide to another company for reverse engineering or training of personnel on these systems. This requirement is being considered for a stand-alone contract with NGC.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.