Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2025 SAM #8748
SOLICITATION NOTICE

J -- PRESOLICITATION: 415 SCMS Squadron Strategic MAC IDIQ

Notice Date
11/6/2025 5:10:26 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
FA8250 AFSC PZAAA HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8250-26-R-00XX
 
Response Due
12/6/2025 11:00:00 AM
 
Archive Date
12/21/2025
 
Point of Contact
Cydnee Simpson, Nick Standiford
 
E-Mail Address
cydnee.simpson@us.af.mil, nicholas.standiford@us.af.mil
(cydnee.simpson@us.af.mil, nicholas.standiford@us.af.mil)
 
Description
TYPE: PRE-SOLICITATION NOTICE PROGRAM: 415 SCMS, Hill AFB PURPOSE: This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Proposal or Quote (RFP/RFQ) or an Invitation For Bid (IFB), nor is it construed as a commitment by the Government. The synopsis is prepared for the purpose of notifying potential offerors of an upcoming solicitation. If no viable feedback is received, these documents will be posted with the solicitation with no changes. REQUIREMENT: 415 SCMS Strategic Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ). 415 SCMS is working to establish a MAC IDIQ for repair services. This requirement will cover 11 weapon systems and approximately 124 NSNs. Repair design(s) shall meet or exceed the system requirements and shall be Form, Fit, Function and Interface (FFFI). CONTRACT-TYPE: MAC IDIQ TASK ORDERS CONTRACT TYPE: Firm-Fixed Price PERIOD OF PERFORMANCE (PoP): 5-year basic ordering period with one 5-year option, for a potential total contract length of 10 years EVALUATION CRITERIA: Evaluation Criteria can be found in attachments Section L&M ESTIMATED CONTRACT AWARD DATE: 01 June 2026 RESTRICTED TO QUALIFIED SOURCES: See FAR Part 52.209-1 The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office or the Contracting Officer. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification in the attached Repair Qualification Requirements (section C document). ANTICIPATED CONTRACT LINE-ITEM NUMBER (CLIN) STRUCTURE: INITIAL ORDERING PERIOD: 0001 TEST, TEARDOWN & EVALUATION 0002 MINOR REPAIR SERVICES 0003 MAJOR REPAIR SERVICES 0004 TOTAL REBUILD / REPAIR SERVICES 0005 COMMERCIAL ASSET VISBILITY AIR FORCE (CAVAF) REPORTING 0006 RERPAIRED ITEM INSPECTION REPORT (RIIR) 0007 COUNTERFEIT PREVENTION PLAN (CPP) 0008 ENGINEERING CHANGE PROPOSAL (ECP) 0009 TEST PLAN 0010 TEST REPORT 0011 MONTHLY STATUS REPORT (MSR) 0012 MEETING MINUTES OPTION: 1001 TEST, TEARDOWN & EVALUATION 1002 MINOR REPAIR SERVICES 1003 MAJOR REPAIR SERVICES 1004 TOTAL REBUILD / REPAIR SERVICES 1005 COMMERCIAL ASSET VISBILITY AIR FORCE (CAVAF) REPORTING 1006 RERPAIRED ITEM INSPECTION REPORT (RIIR) 1007 COUNTERFEIT PREVENTION PLAN (CPP) 1008 ENGINEERING CHANGE PROPOSAL (ECP) 1009 TEST PLAN 1010 TEST REPORT 1011 MONTHLY STATUS REPORT (MSR) 1012 MEETING MINUTES REQUEST: All questions/feedback must be submitted to the Procuring Contracting Officer (PCO) on or before 06 December 2025. Questions and Answers will be made public prior to RFP release. This Pre-Solicitation is a primary notice for a solicitation, which will be issued in December/January or soon thereafter. The solicitation and any/all attachments will be made available only on the SAM.gov website. All current and future information about this acquisition, i.e. solicitation, amendments, purchase specifications, and Q&A's will be distributed through SAM.gov. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. One or more of the items under this acquisition is subject to Free Trade Agreements. IAW DAFMAN 16-201, there are no restrictions on foreign participation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fb9bf32ae56d4d478321c5f38736e2b5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07636747-F 20251108/251106230038 (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.