Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2026 SAM #8815
SOURCES SOUGHT

16 -- Request for Information (RFI) for F-15E Nuclear Control Panel

Notice Date
1/12/2026 11:37:06 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
FD2060-26-00037
 
Response Due
2/10/2026 12:30:00 PM
 
Archive Date
02/25/2026
 
Point of Contact
Vinson Howell, Phone: 478-926-6543, Todd Stimus
 
E-Mail Address
vinson.howell@us.af.mil, todd.stimus@us.af.mil
(vinson.howell@us.af.mil, todd.stimus@us.af.mil)
 
Description
Request for Information (RFI) for F-15E Nuclear Control Panel INSTRUCTIONS: The document(s) below contain a description of the F-15E Nuclear Control Panel requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort: No set-aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, (e.g. emails, letters, etc.) that demonstrates a united response to this SSS is highly encouraged but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to Vinson Howell (vinson.howell@us.af.mil), Daniel DiZoglio (daniel.dizoglio@us.af.mil). Sources Sought For F-15E Nuclear Control Panel FROM: 409 SCMS/GUMCC TO: DLA/AWB LOCATION: Robins AFB, GA 31098-1640 FBO Post Title: Intent to Procure F-15E Nuclear Control Panels SUBJECT: Market research is being conducted to identify potential sources that may possess the capability to produce the F-15E Nuclear Control Panel for PR # FD20602600037. NSN P/N Noun 1135-01-242-2400UY 68A810357-1001 F-15E Nuclear Control Panel ITEM DESCRIPTION The F-15E Nuclear Control Panel is a self-contained unit consisting of a metal switch panel with toggle switches and associated electrical hardware. Its function is to enable secure activation protocols for ordnance systems. INTEREST The DLA/AWB Contracting Office intends to award a contract for the procurement of the F-15E Nuclear Control Panel. All interested parties may identify their interest and capability to respond to the requirement no later than 30 days after the official posting date by responding to this announcement. IMPEDIMENT TO COMPETITION The Government intends to procure these items using Full and Open Competition as prescribed by FAR 6.1, therefore there is no impediment to competition. DISCLAIMER This Sources Sought Synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers, and the government is under no obligation to award a contract because of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. CONTRACTOR CAPABILITY SURVEY F-15E Nuclear Control Panel (NSN 1135-01-242-2400UY) Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Government Proposed North American Industry Classification System (NAICS) Code: 334418. Based on the Government proposed NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / no) Service Disabled Veteran Small Business (Yes / No) System for Award Management (SAM) registered? (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Enhanced Joint Certification Program (EJCP) current certification? (Yes/No) Responses to the Capability Survey Part I and Part II must be received no later than 30 days after the official posting date. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following: Vinson Howell (vinson.howell@us.af.mil) and Daniel DiZoglio (daniel.dizoglio@us.af.mil). Part II. Capability Survey Questions A. General Capability Questions: Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What is your company�s current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need due to critical operational mission requirements. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). B. Manufacturing Questions: Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. The Government-provided TDP for this component contains drawings and specifications that may date back to the original 1980s design. Please describe your company's process for interpreting and working with legacy technical data. The manufacturing process requires specific treatments such as aluminum anodizing (per PS13201). Does your company perform these types of special processes in-house? If subcontracted, describe your process for validating supplier quality. This unit's critical function is to enable secure activation protocols. What types of functional and acceptance testing would your company propose to perform to validate the unit meets its operational requirements? This control panel contains sensitive electrical components. Describe your company's procedures for handling, packaging, and shipping of sensitive electronic assemblies to prevent damage. C. Export Controlled Data: The proposed acquisition will be awarded to a responsible source. Detail data/drawings/schematics or any other releasable technical data will be available within the solicitation. To obtain copies of bidset documents an interested vendor must be registered in the Enhanced Joint Certification Program (EJCP). Interested venders will be asked to request copies of the bidset by providing their CAGE code to the procurement contracting officer (PCO) listed on the solicitation. Upon verification by the PCO, bidset files will be released. To become registered in the EJCP, vendors can do so at: https://www.dla.mil/Logistics-Operations/Services/JCP/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/22eafe30ff104dc6933eac7016bd5d81/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07684557-F 20260114/260112230045 (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.