SOLICITATION NOTICE
J -- F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
- Notice Date
- 11/20/2025 2:36:40 PM
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA4809 4TH CONS SQ CC SEYMOUR JOHNSON AFB NC 27531-2456 USA
- ZIP Code
- 27531-2456
- Solicitation Number
- FA480926Q0003
- Response Due
- 12/1/2025 8:00:00 AM
- Archive Date
- 12/08/2025
- Point of Contact
- Angela Gibson, Phone: 9197221553, Glinnis Thompson, Phone: 9197221732
- E-Mail Address
-
angela.gibson.4@us.af.mil, glinnis.thompson@us.af.mil
(angela.gibson.4@us.af.mil, glinnis.thompson@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The 4th Maintenance Group, Seymour Johnson Air Force Base, North Carolina, has a requirement for repair services of F-15E cable and light off detector (LOD) parts. The work shall consist of furnishing all labor, tools, and equipment necessary to repair F-15E cable and LOD parts to serviceable condition in support of the Air Force Enhancement Program (AFREP) and in accordance with technical orders (TO) and special qualifications identified elsewhere in the performance work statement (PWS). The service provider must have an approved Source of Approved Repair (SAR) letter certified by the MAJCOM AFREP Manager. The service provider shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary. The Government Furnished Property (GFP) Module shall be utilized for transfer of parts needing repair services. A draft of the PWS is attached to this announcement for preliminary reference. The 4th Contracting Squadron intends to issue a request for quotation (RFQ) and award a single, firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract. A one-year base period with four one-year options is anticipated. Historical workload data is included in the draft PWS. THIS IS NOT A SOLICITATION. Do not submit proposals or questions in response to this document. Solicitation is anticipated on or about 1 December 2026 and will be issued electronically and will be available on http://www.beta.SAM.gov; however, the Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No offerors list is maintained. No telephone calls or written requests for the solicitation package will be accepted. All prospective offerors are responsible for visiting the web page frequently to obtain the solicitation and any amendments or other information pertaining to this solicitation. Prospective offerors must be registered in the System for Award Management (SAM) in order to be eligible for award. Representations and Certifications must also be updated via SAM. See https://www.sam.gov and https://www.acquisition.gov for registration information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/dac01ab435d54075ae6c1d699d1d42df/view)
- Place of Performance
- Address: Work shall be performed at service providers location
- Record
- SN07647582-F 20251122/251120230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |