- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Mar 27, 2026. Industry: NAICS 488190 • PSC J016.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 23 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 488190
Description
1. Scope Summary
This is a Request for Information (RFI) issued by Seymour Johnson Air Force Base. The purpose of this RFI is to conduct market research and identify capable vendors who can support the base's Air Force Repair Enhancement Program (AFREP) requirements. AFREP is a program designed to increase mission readiness by repairing and refurbishing unserviceable aircraft parts and other equipment, rather than procuring new items.
2. Background
Seymour Johnson Air Force Base has identified a need for vendors to support the repair and/or supply of specific components for which offers were not received under previous solicitations. This RFI is intended to gauge the interest and capabilities of potential vendors who can meet these critical needs.
3. Scope of Requirements
The requirement is for the furnishment of all labor, tools, and equipment necessary to repair F-15E aircraft parts to a serviceable condition. The specific components are as follows:
- Engine Cables and LOD Repair
4. Requested Information from Vendors
Interested parties are requested to provide a response that includes, at a minimum, the following information:
- Company Information: Company name, address, point of contact, phone number, email address, business size, socioeconomic category and CAGE code.
- Statement of Capability: A detailed description of your company's capabilities to meet the requirements listed in Section 3. Please specify whether you provide repair services, supply new components, or both.
- Relevant Experience: A summary of your company's past performance in providing similar parts or services, particularly to the Department of Defense or other government agencies.
- Certifications: Any relevant industry or quality certifications
5. Submission Instructions
Please submit your responses to this RFI via email to flowers.mcdowell.1@us.af.mil no later than 1000 EDT Friday, March 27th. Submissions should be in Microsoft Word or Adobe PDF format.
DISCLAIMER//This Request for Information (RFI) is issued informational and planning purposes only and does not constitute a solicitation for bids or proposals. A response to this RFI is not an offer and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to award a contract as a result of this announcement. Responders are solely responsible for all expenses incurred associated with responding to this RFI. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e).
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.