Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOURCES SOUGHT

R -- Request for Information | F-15 Peculiar Avionics System Level Deficiency Analysis

Notice Date
2/4/2026 1:42:13 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8538 AFSC PZAAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FD2060-26-00379
 
Response Due
3/6/2026 3:00:00 PM
 
Archive Date
03/21/2026
 
Point of Contact
Daniel Gochenaur
 
E-Mail Address
daniel.gochenaur.4@us.af.mil
(daniel.gochenaur.4@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Request For Information F-15 Maintenance Testability Analysis Program This service is sole source to NGC. There is no manufacturing or data to own from this contract since it is a service contract. The government does not have assets available to provide to another company for reverse engineering or training of personnel on these systems. This requirement is being considered for a stand-alone contract with NGC. PLEASE SEE ATTACHED FULL RFI AND SURVEY The Government is conducting market research to identify potential sources that possess the technical expertise, capabilities, and experience to meet qualification requirements to implement hardware and software updates to the F-15 Maintenance Testability Analysis Program components. The potential source must maintain a clearance at the Secret level. These services include providing the technical expertise and engineering staff necessary to implement the hardware and software updates, F-15 production support, and modifications necessary to maintain and improve the Reliability and Maintainability (R&M) of the F-15 peculiar avionics. This acquisition will continue a contractor sustainment effort that corrects system level deficiencies. The contractor sustainment effort provides the technical expertise and engineering staff necessary to implement the hardware and software updates, F-15 production support, and modifications necessary to maintain and improve the Reliability and Maintainability (R&M) of the F-15 peculiar avionics. Specifically, this includes engineering investigations in support of Product Quality Deficiency Reports (PQDR) and Material Improvement Programs (MIP) for the F-15 aircraft peculiar avionics. Additionally, the contractor support includes performing system level maintenance analysis, part�s qualification testing, Test Program Set (TPS) re-host analysis reviews, logistic/engineering studies, vertical testability analysis, and engineering investigations for the Government. The Government has determined the most efficient method to accomplish the requirements is to place contractor personnel on-site within the facility that houses the F-15 Peculiar Systems Maintenance Testability Analysis Program (MTAP). Samples will not be provided for supplier to evaluate. The Government will supply computers and work stations for the contractor located on Warner Robins AFB. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Northrop Grumman Coporation (NGC) is the current sourced contractor for this effort. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. This is currently a sole source acquisition to NGC. The most recent contract was awarded to NGC in 2021 on GSA Contract Number GS-00F-128CA. This is expected to be a three-year Requirements Contract (basic plus two one-year ordering periods) and will continue through FY26. This service is sole source to NGC. There is no manufacturing or data to own from this contract since it is a service contract. The government does not have assets available to provide to another company for reverse engineering or training of personnel on these systems. This requirement is being considered for a stand-alone contract with NGC.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/42b149d449d542d5821cee52e27fd192/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07705121-F 20260206/260204230038 (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!  © 1994-2026, Loren Data Corp.