Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2026 SAM #8857
SOURCES SOUGHT

16 -- F-15 Pitch and Roll Channel Assembly and Aileron Rudder Interconnect

Notice Date
2/23/2026 6:57:06 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OGDEN, UT HILL AIR FORCE BASE UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
SPRHA1-26-R-0PRCA
 
Response Due
3/25/2026 10:59:00 PM
 
Archive Date
04/09/2026
 
Point of Contact
Michelle Mihu
 
E-Mail Address
michelle.mihu@us.af.mil
(michelle.mihu@us.af.mil)
 
Description
This announcement constitutes an official Request for Industry Comments (RFIC). This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. INTRODUCTION & PURPOSE The 423rd F-15 Supply Chain Management Squadron (423 SCMS), in conjunction with the Enterprise Hill Commodity Council (EHCC) and Defense Logistics Agency (DLA), is conducting market research to inform the development of a requirements-based Performance-Based Logistics (PBL) contract. The Government anticipates a contract structure consisting of one (1) five (5) year base ordering period and one (1) five (5) year option period. This effort is in support of the Air Force Sustainment Center (AFSC) at Tinker Air Force Base (TAFB), Oklahoma. Initial market research indicates that Moog Inc. is the Original Equipment Manufacturer (OEM) for the systems contemplated herein, and that the Government does not possess a complete and unrestricted technical data package for these items. 2.0 SCOPE The Government is seeking to establish a strategic and adaptable PBL contracting vehicle. The scope is envisioned in two parts: the Base Requirement, which will form the initial scope of the contract, and the Potential Future Requirements, which may be incorporated at a later date through in-scope contract modifications or as separately priced and exercised options. 2.1 Base Requirement: F-15 Pitch and Roll Channel Assembly (PRCA) and Aileron Rudder Interconnect (ARI) The primary requirement of this PBL is to ensure the sustained availability of serviceable F-15 PRCA and ARI assets, including selected sub-components. The contractor shall be responsible for the full, integrated lifecycle management necessary to meet warfighter demand. This includes, but is not limited to, the manufacture and remanufacture of all field-requisitionable assets, comprehensive supply management, material support, and sustaining engineering functions. Performance will be measured against Government-defined Key Performance Indicators (KPIs) to incentivize the achievement of critical availability and support goals. The National Stock Numbers (NSNs) currently under consideration for the Base Requirement are listed in TABLE 1. This list is subject to modification prior to the release of a formal solicitation. TABLE 1: Noun NSN P/N Pitch & Roll Channel Assy (PRCA-E) 1650-01-398-0036 A71500-4 Pitch & Roll Channel Assy (PRCA-E) 1650-01-446-0599 A71500-5 PRCA-E Upgrade 6615-01-702-6785 A71500-007 Pitch & Roll Channel Assy (PRCA-C/D) 1650-01-173-9697 010-63055-22 Pitch & Roll Channel Assy (PRCA-C/D) 1650-01-446-2029 010-63055-24 A-D PRCA Upgrade 1650NCF624975 010-63055-028 Emergency Pressurization Assy (EPA-C/D/E) 1650-00-000-0129 010-65234-1 Mode Select Assy (MSA-C/D) 1650-01-104-9424 010-59751-3 Mode Select Assy (MSA-E) 4810-01-251-8480 A71503-2 Roll Ratio Controller (C/D/E) 1650-01-020-8689 010-63078-7 Roll Ratio Controller (C/D/E) 1650-01-346-6328 010-63078-8 Pitch Ratio Controller (PRC-C/D/E) 1650-00-535-7662 010-63077-7 Pitch Trim Controller (PTC) (F-15C/D) 1650-01-008-7314 010-63089-9 Pitch Trim Controller (PTC) (F-15E) 4810-01-396-3097 A71504-6 Ratio Changer and Booster Assy (F-15E) 1650-01-446-2426 A71502-4 Ratio Changer and Booster Assy (C/D) 1650-01-174-5735 029-69733-3 Ratio Changer and Booster Assy (C/D) 1650-01-446-2030 029-69733-5 Aileron Rudder Interconnect (ARI-C/D/E) 1650-01-050-3491 010-63058-19 Yaw Ratio Controller (F-15C/D/E) 1650-01-015-7858 010-33769-2 Pitch Booster Upgrade 1650-01-702-6827 010-73251-007 Roll Booster Upgrade 1650-01-702-7511 010-70623-003 PRCA Upgrade Kit 1560-01-693-6367 CC12023-001 ARI Upgrade 1650-01-698-8844 010-63058-021 Roll Boost Act Upgrade 1650-01-703-3833 A01791-003 Ratio Changer Upgrade 1650-01-698-9765 010-33778-006 Lock Actuator Upgrade 1650-01-702-3985 029-67722-003 ARI Upgrade kit 1560-01-693-6368 CC12024-001 2.2 Potential Future Requirements: Expanded Workload The Government is highly interested in structuring this PBL contract to accommodate the on-ramping of additional sole-sourced components for which Moog Inc. is the OEM. This framework is intended to provide a flexible and efficient mechanism to add workload as depot activation strategies are finalized or as other sustainment needs are identified. These potential future items may be added to the contract vehicle at a later point in time, with distinct performance metrics and pricing structures as appropriate. Items currently in consideration for future inclusion are listed in TABLE 2 and may fall into one of two categories: Items pending Depot-level maintenance activation. Items currently repaired under separate contract by the OEM. This list is not exhaustive, and the Government is interested in industry feedback on the most effective contractual methods to incorporate this and other potential future work. TABLE 2: Noun NSN P/N Notes F-15EX RUDDER ACTUATOR 1680016289363SA CB06349-007 Depot Activation processes have begun by the F-15EX System Program Office (SPO) KC-46 ACTUATOR, ELEVATOR 1650016961146 CB61135-003 424 SCMS activation goal FY31 KC-46 ELEVATOR FEEL COMP 1560016537583 CB23710-001 424 SCMS activation goal FY29 KC-46 TELESCOPE ACTUATOR 1680016856454 CC24576-004 424 SCMS activation goal TBD KC-46 STAB TRIM CON MOD 1560016541161 160201-103 424 SCMS activation goal FY31 KC-46 RUDDER ACTUATOR 1650016618031 CB61131-001 No current activation goal KC-46 AUTOPILOT SERVO 1680016535500 A28321-18 424 SCMS activation goal FY31 KC-46 VALVE ASSEMBLY 4820016535507 A28320-15 No current activation goal KC-46 ACTUATOR,MECHANICAL 1680016536230 A28640-12 424 SCMS activation goal FY28 KC-46 SERVOVALVE,HYDRAULI 1650015892453 A71882-003 No current activation goal KC-46 VALVE ASSEMBLY 4820016612199 920129-300 No current activation goal KC-46 VALVE ASSEMBLY 4810016233340 401-09772-03 424 SCMS activation goal FY32 KC-46 BRAKE ASSEMBLY,STAB 1630015210581 160500-101 No current activation goal F-16 Power Drive Unit, Hydro-Mechanical (PDU) 1650013061268 C36909-001 5-year repair contract with Moog awarded August 2025 F-16 Power Drive Unit, Hydro-Mechanical (PDU) 1650013406328 C36909-002 5-year repair contract with Moog awarded August 2025 3.0 Background In its passive state, the PRCA serves as a link between the pilot�s control stick and the control surface power servos of the primary flight control system pitch and roll channels. When activated by pilot selection, it provides hydraulic force boost to the unit outputs and modifies the control linkage ratios as a function of a predetermined air data program. In the roll channel, it serves as a function of the pitch channel output. It also introduces a trim displacement. The rate of displacement is proportional to the difference between commanded and measured normal acceleration as determined by stick displacement. The ARI accepts mechanical roll and yaw commands from the control stick and rudder pedals. The unit adds to the yaw command a series input proportional to the roll command. This input is dependent in size and sign (direction) upon the position of the pitch output from the PRCA. The resulting output is then passed to the rudder servo-actuators via the aircraft mechanical control system. 4.0 Issues and Constraints Worldwide PRCA, components and ARI availability are consistently below 448 Supply Chain Management Wing established targets, driving backorders and Mission Capability (MICAPs). Several root causes contribute to low levels of serviceable availability worldwide. It has been determined that the OO-ALC Depot is constrained by material shortages, the absence of engineering services/technical assistance from the OEM, and the obsolescence of test and support equipment. Additionally, the government is requiring kitting support. Improving end item PRCA, ARI, and subcomponent availability is the primary objective of this PBL effort. 5.0 Developing Strategy The Contractor�s performance shall include utilizing the Air Force overhaul facility at Hill AFB through a Public Private Partnership (PPP) and Direct Sales Agreement (DSA), through which utilization shall result in maintaining Government core capability IAW Title 10 of the U.S. Code (10 USC 2464) and Department of Defense (DoD)/Air Force Instructions. The touch labor for overhaul/repair of PRCA, ARI, and selected subcomponents shall remain organic to the maximum extent possible. Intent of RFIC: Identify potential sources that are capable, experienced, and qualified in satisfying the requirement. Enhance competition by identifying contracting and sub-contracting opportunities. Request suggestions from Industry regarding the development of this contract. Responses to this Sources Sought should address the following questions: Please provide the following business information for your company and for any teaming and joint venture programs: Company Name Address Point of Contact Cage Code Unique Entity ID Business Unit Phone Number E-mail Address Web Page URL Size of Business and North American Industry Classification (NAICS) Code Describe your experience executing relevant performance-based logistics & supply chain management programs in support of USAF requirements and worldwide aviation customers. What do you envision as the risks associated with this effort and how would you mitigate them? Describe your company�s ability and experience in sourcing F-15 PRCA and ARI spare parts from Moog and other aviation suppliers. Does your company possess, or have unassisted access to all necessary technical data to perform under this performance-based supply chain management contract? Are you qualified to manufacture and/or repair any of the components listed in this announcement? Describe your test facilities, warehousing, transportation, manufacturing, and workforce capabilities and capacity and inventory management relating to the scope of this project. Describe your current repair/remanufacture capabilities for the F-15 PRCA and ARI assemblies. How much transition time would your company require to perform on this contract? What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? Describe your experience with Government Source Inspection, Hardness Critical Items, and other OSHA standards. Are you currently registered in the System for Award Management and Wide Area Workflow? The current F-15 A-D PRCA DSOR (11-256) workload is approved for a workload split of 87% OO-ALC and 13% contract repair. Does your company have any capacity constraints, and if so, what are your mitigation plans? The government is accepting responses to this request for information via email only. Please provide written responses to the Contracting Officer and Program Managers. The responses are due 30 days after the RFI is posted to the following email addresses: Michelle Mihu Contracting Officer Michelle.mihu@us.af.mil Anna Bassett Program Manager Anna.bassett@us.af.mil Camilla Zampedri Program Manager Camilla.zampedri@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f61738ba3dd34429adcf1f38f70c3cd8/view)
 
Record
SN07724562-F 20260225/260223230042 (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.