Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2025 SAM #8773
MODIFICATION

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

Notice Date
12/1/2025 11:27:59 AM
 
Notice Type
Solicitation
 
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
1/12/2026 8:00:00 AM
 
Archive Date
01/28/2026
 
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
SOLICITATION NOTICE: The 4th Contracting Squadron, Seymour Johnson Air Force Base, North Carolina, announces release of Solicitation Number FA480926Q0003 issued as a Request for Quotation (RFQ) for repair services of F-15E cable and light off detector parts in support of the Air Force Enhancement Program (AFREP). This RFQ is a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract with a one-year base period and four one-year options. The service provider shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to repair F-15E cable and light of detector (LOD) parts to serviceable condition 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 Government Furnished Property (GFP) Module shall be utilized for transfer of parts. Repair services will be performed at the service providers location. Historical workload data is included in the PWS. Offerors must be registered and active 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). See solicitation and PWS for additional qualification and performance requirements. REQUESTS FOR INFORMATION (RFIs): Questions regarding this RFQ should be submitted in writing via email to BOTH the primary and alternate POCs at angela.gibson.4@us.af.mil and glinnis.thompson@us.af.mil; please reference FA480926Q0003 in the email subject line on all correspondence. All solicitation documents, to include amendments and RFI responses, will be posted at SAM.gov via the PIEE Solicitation Module; the link to these documents is located under Attachments/Links with the announcement at SAM.gov. Responses (quotes) to this solicitation are to be submitted utilizing the PIEE Solicitation Module; instructions are also accessible under Attachments/Links of this notice at SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/91bde494b0d8453d810b5568fe6f3875/view)
 
Place of Performance
Address: Work shall be performed at service providers location
 
Record
SN07653580-F 20251203/251201230030 (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.