Opportunity

SAM #FA8505-27-SilverBullets

Market Research for F-15 Engineering Sustainment and Logistics Services (Silver Bullets Follow-On)

Buyer

AFLCMC Fighter and Advanced Aircraft Directorate

Posted

March 31, 2026

Respond By

May 12, 2026

Identifier

FA8505-27-SilverBullets

NAICS

541330, 541690

The Air Force Life Cycle Management Center (AFLCMC) is conducting market research to identify qualified sources for sustaining engineering and logistics services for the F-15 aircraft fleet. - Government Buyer: - Department of Defense, Department of the Air Force, Air Force Materiel Command, AFLCMC, Fighter and Advanced Aircraft, FA8505 - AFLCMC/WAQE Engineering Branch and F-15 System Program Office - OEMs and Vendors: - Boeing (including legacy McDonnell Douglas) is the incumbent and primary OEM for F-15 aircraft - Products/Services Requested: - Sustaining engineering and logistics support for F-15 aircraft fleets (USAF, Air National Guard, and Foreign Military Sales partners) - Troubleshooting, problem analysis, testing, simulation, training, risk assessments, corrective actions - Material Improvement Projects (MIPs) for aircraft, subsystems, trainers, and support equipment - Quick Reaction Engineering Tasks for urgent mishap or safety issues - Generation and delivery of technical data packages and engineering drawings - Support for accident and incident investigations, laboratory, ground and flight testing, and novel repair design - Unique or Notable Requirements: - Tasks are typically short-term (less than 1000 hours per task) - Contractors must demonstrate technical expertise, military aircraft engineering experience, and ability to meet qualification requirements - Quality management, security clearances, and compliance with government property and safety regulations are emphasized - Services may be required at contractor facilities or specified government/military sites, including support for international F-15 operators (Saudi Arabia, Israel, South Korea, Singapore, Japan) - The contract has historically been sole-sourced to Boeing, but the government is seeking additional qualified sources - Period of Performance: - Five years (basic plus four option years), with possible extension up to 66 months - Place of Performance: - Robins Air Force Base, F-15 System Program Office, and contractor facilities or specified sites per task order

Description

This questionnaire/survey is for obtaining information only. Companies are encouraged to provide responses to this questionnaire but are advised that their participation is voluntary only. Contractors responding to this Request for Information (RFI) are placed on notice that participation in this survey does 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.

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for the sustainment of all F-15 engineering services areas.  All engineering tasks issued within the period of performance are intended to be short-term projects, estimated at typically less than 1000 hours.

The projected period of performance for this engineering service is five-years (basic plus 4 option years) and will continue through FY32. 

These services have been performed sole source by Boeing for roughly 25 years, at which point it was with McDonnell Douglas which merged with Boeing in 1997. Over the past several years, F-15 Engineering has used a FFP pricing arrangement, with a most recent 12 month period of performance. Reports are delivered as tasks are completed via email and Boeing’s BPN website. Thorough technical, price and/or cost analyses have been and will be performed as necessary by the F-15 System Program Office (SPO), Defense Contract Audit Agency (DCAA) and/or the Defense Contract Management Agency (DCMA).

Please see the attached Request for Information (RFI). A complete description of work is provided in the attached draft Performance-Work-Statement (PWS): Silver Bullet (SB) Requirements. 

View original listing