Navigate the lattice: hubs for browsing, trends for pricing signals.
Request For Information (RFI)
F-15 Specialized Engineering and Technical Services / Avionics Systems Supportability Analysis Program
Please see attached full RFI and Survey
This service is sole source to BAE. 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 BAE.
The Government is conducting market research to identify potential sources that possess the technical expertise, capabilities, and experience to meet qualification requirements to manage the F-15 Avionics Systems components. The potential source must maintain a clearance at the Secret level. This acquisition will continue a thirty-two-year contractor sustainment effort in F-15 avionics to increase part’s data reliability, provide part’s analysis and resolution, and fulfill Technical Order validation needs. The Air Force Sustainment Center (AFSC) provides critical sustainment for the Air Force's most sophisticated weapons system as well as a wide range of aircraft engines and component parts through its AFSC Wings, Groups, and Squadron at various Air Logistics Complexes (ALC). The Warner Robins (WR)-ALC SCM Engineering Organizations provide the technical expertise and engineering staff necessary to implement hardware and software updates, production support, and Diminishing Manufacturing Sources and Material Shortages (DMSMS) resolutions necessary to maintain and sustain the F-15, C-5, C-17, C-130 aircraft and other weapon systems managed at WR-ALC, while ensuring compliance with aircraft Operational Safety, Suitability, and Effectiveness principles (OSS&E). Services provided must include technical expertise and engineering staff necessary to manage the desk top technical order part’s audit and analysis for the 409 SCMS Managed F-15 Supply Chain Management and Obsolescence Management Programs which involves audit existing Technical Orders (TOs) to verify part number validity and consistency between Engineering Change Orders (ECOs), Time Compliance TOs (TCTOs), and current application data. The outcome of the audit process results in AFTO 252 Technical Order Change Package development, TO updates, and Parts Configuration Management System (PCMS) data file updates that drive multiple Air Force sustainment data systems updates such as Advanced Component Obsolescence Management (AVCOM), Programmed Depot Maintenance (PDM) Gateway, D200A/F, and LEAN Depot Management System (LDMS). This contract covers 1000’s of components and numerous TO’s.
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.
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 service is sole source to BAE. 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 BAE.
This requirement is expected to be a 3-year contract with a 1-year basic plus 2 ordering periods (1-year each OP).
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.