Skip to content
Department of Defense

F-15 FMS Aerospace Ground Equipment/Special Purpose Vehicles (AGE/SPV)

Solicitation: FA857526RB004
Notice ID: bbf78ba5f87044bebd98611d9f18bc78
TypeSolicitationNAICS 488190PSCR706Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedMar 25, 2026, 12:00 AM UTCDueApr 30, 2026, 09:00 PM UTCCloses in 21 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: Saudi Arabia. Response deadline: Apr 30, 2026. Industry: NAICS 488190 • PSC R706.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA857526RB004. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 488190 (last 12 months), benchmarked to sector 48.

12-month awarded value
$11,300,951
Sector total $1,693,742,709 • Share 0.7%
Live
Median
$46,119
P10–P90
$31,462$151,812
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.7%
share
Momentum (last 3 vs prior 3 buckets)
-39%(-$2,737,821)
Deal sizing
$46,119 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
Saudi Arabia
Contracting office
Robins Afb, GA • 31098-1670 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Julia Malone
Email
julia.malone@us.af.mil
Phone
Not available
Name
Pavielle Ludlow
Email
pavielle.ludlow@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 LIFE CYCLE MANAGEMENT CENTER • FIGHTER AND ADVANCED AIRCRAFT • FA8575 AFLCMC WAQKA
Contracting Office Address
Robins Afb, GA
31098-1670 USA

More in NAICS 488190

Description

Update 25 MAR 26:

  1. Offerors are advised of the proposal extension date. All proposal volumes are due by 5:00 P.M. Eastern Daylight Time, 30 April 2026.
  2. RFP Amendment 1 is hereby released. Note the following Attachments have been replaced: 
    1. Attachment 4: Cost Model
    2. Attachment 7: Relevancy Assessment
    3. Attachment: NSN List
    4. Attachment: Quality Assurance 807
  3. The Questions and Answers (Q&A) received from Industry are updated and attached herein as "AGE SPV Solicitation_Government Response to Industry v2". The updates include an answer to Question 19 and adding Questions 34 & 35 that were inadvertantly left off of the first version.
  4. Review of the RFP and attachments is the responsibility of the potential Offeror.

 Update 24 MAR 26 :

1. The Questions and Answers (Q&A) received from Industry are attached herein as "AGE SPV Solicitation_Government Response to Industry".

2. An extension to the RFP return date will be forthcoming in RFP Amd 1.

Update 11 MAR 26:

1. The Government is reviewing all questions received in the 7 day window given to submit and will post the questions and answers as soon as possible.

2. Attachment 7 - Relevancy Assessment contains incorrect dollar amounts. Refer to Section M for the correct dollar amounts. A RFP amendment will be posted soon to reflect this change.

RFP Release 27 FEB 26

  1. The Government is pleased to provide the attached Solicitation for F-15 FMS Aerospace Ground Equipment/Special Purpose Vehicles contract in support of the Royal Saudi Air Force (RSAF). Please be advised that the issuance of this Final Solicitation takes precedence over any draft Solicitation or updates provided prior to its release.
  2. Government intends to award to one responsible Small Business. Award will be based on the proposal that conforms to the solicitation requirements and provides the best value to the Government based on an assessment of the evaluation criteria described in the M-900 Evaluation Factors for Award (Section M) to this solicitation.
  3. The Government may use Advisory and Assistance Support (A&AS) contractors in support of the acquisition process, to include proposal review. These contractors are routinely required to execute non-disclosure agreements against the use or disclosure of proprietary information handled in the course of their duties. Each member of the RSAF F-15 Aersospace Ground Equipment/Special Purpose Vehicles acquisition Source Selection Evaluation Board (SSEB) will also execute non-disclosure agreements specific to this acquisition. Entities that may support this acquisition are as follows:  Astrion. Any objections to the use of this company shall be provided in writing to the PCO within ten (10) calendar days of RFP issuance.
  4. Offerors interested in responding to this solicitation should be cognizant of potential or actual Organizational Conflict of Interest (OCI) before submitting a proposal. OCI issues include, but are not limited to, the inability to render impartial assistance or advice to the Government, the inability to objectively perform contract work, or the unfair competitive advantage created by current or previous contractual efforts with the Government. Offerors shall include OCI assessments and mitigation plans with their proposal, if applicable.
  5. Foreign contractors are permitted to participate at the prime level.
  6. The Government requests interested firms to notify the Contracting Officer of their intent to propose; however, failure to make such notification will not preclude interested parties from submitting a proposal. If responding under a teaming arrangement, please coordinate a single response.
  7. Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contacting Officer. Further, the Government reserves the right to cancel this solicitation either before or after the proposal due date. In the event that the Government cancels the solicitation, the Government has no obligation to pay proposal preparation costs.
  8. Offerors shall fill in all items that are blank, blank in brackets, or identified as “TBD” throughout the RFP. Some examples (not all inclusive) can be found on this solicitation, Model Contract, Standard Form 33 (SF 33) blocks 15, 16, 17, and 18, as well as clause information.
  9. Offerors are advised to submit proposals in accordance with L-900 Instructions, Conditions, and Notices to Offerors or Respondents (Section L). All proposal volumes are due by 5:00 P.M. Eastern Daylight Time, 30 March 2026.
  10. If you have any questions regarding this acquisition, please submit them to the Contracting Officer, Julia Malone, by email at julia.malone@us.af.mil, or Contract Specialist, Pavielle Ludlow, by email at Pavielle.Ludlow@us.af.mil.

Files

Files size/type shown when available.

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.