Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2025 SAM #8762
SOLICITATION NOTICE

J -- F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB

Notice Date
11/20/2025 2:00:02 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)
 
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/b6f38f17ec1f4b8ab769d08b88296b31/view)
 
Place of Performance
Address: Work shall be performed at service providers location
 
Record
SN07647587-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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.