Skip to content
Department of Defense

F-15 FMS Repair and Return Support Services RSAF (Follow-On)

Solicitation: FA8575-26-R-B002
Notice ID: ff985c57cf764c1fb06750083096ef1c
TypeSolicitationNAICS 541614PSCR706Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedFeb 23, 2026, 12:00 AM UTCDueMar 20, 2026, 04:00 PM UTCCloses in 25 days

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: N/A • Unknown. Response deadline: Mar 20, 2026. Industry: NAICS 541614 • PSC R706.

Market snapshot

Awarded-market signal for NAICS 541614 (last 12 months), benchmarked to sector 54.

12-month awarded value
$5,770,033,829,232
Sector total $5,796,389,248,219 • Share 99.5%
Live
Median
$65,000,000,000
P10–P90
$1,322,843$65,000,000,000
Volatility
Volatile100%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
99.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($5,770,033,829,232)
Deal sizing
$65,000,000,000 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
N/A • Unknown
Contracting office
Robins Afb, GA • 31098-1670 USA

Point of Contact

Name
Shiela Hodges
Email
shiela.hodges@us.af.mil
Phone
Not available
Name
Brenton Gibson
Email
brenton.gibson@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 541614

Description

F-15 FMS Repair and Return Support Services RSAF (Follow-On)

FEBRUARY 23, 2026 Q&A RELEASE:

  1. The Questions and Answers (Q&A) received from Industry are attached herein as "RRS Follow-on Solicitation_Government Response to Industry".
  2. An extension to the RFP return date will be forthcoming in RFP Amd 1.

DECEMBER 19, 2025 RFP RELEASE:

  1. The Government is pleased to provide the attached Solicitation for F-15 FMS Repair and Return Support Services 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 offeror. 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 Repair and Return Support Services 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. 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.
  6. Foreign contractors are not permitted to participate at the prime level.
  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 12:00 P.M. Eastern Daylight Time, 20 March 2026.
  10. If you have any questions regarding this acquisition, please submit them to the Contracting Officer, Shiela Hodges, by email at shiela.hodges@us.af.mil, or Contract Specialist, Brenton Gibson, by email at brenton.gibson@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.