Solicitation-C-5 ELECTRICAL SOLENOIDS-SPARES BUY
Agency: Air Force Sustainment Center
Location: Georgia
NAICS: 336413
| Agency | AFLCMC Robins AFB |
|---|---|
| Deadline | 06/01/26 |
| Posted | 05/04/26 |
| Estimated Value | $2,000,000 - $10,000,000 (AI estimate) |
| Set Aside | SBA |
| NAICS | 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing |
| PSC | 1420 - Guided Missile Components |
| Location | Warner Robins, GA 31098 United States |
Posted: April 17, 2026, 7:40 a.m. EDT This notice serves as a formal SOLICITATION for the procurement of Wing and Fin Sub-Assemblies. These critical sub-components are required to support the AIM-120X and CATM-120X series of the Advanced Medium Range Air-to-Air Missile (AMRAAM). The Government intends to award a single contract for the scope of work identified within the Attachment 2 Statement of Work (SOW) as a result of this solicitation. 2. Source Selection Procedures This acquisition will utilize the Lowest Price, Technically Acceptable (LPTA) source selection procedure in accordance with: - FAR 15.103-2 - DoD Source Selection Procedures referenced in DFARS 215.200 and DFARS PGI 215.200 These procedures will be used to make an integrated assessment for a best value award decision. Please refer to sections L and M of the solicitation for additional information. 3. Evaluation and Award Criteria The Government shall evaluate proposals in accordance with the provisions outlined in this notice. A detailed and complete analysis of each offeror's proposal will be performed.
The Government will only evaluate one proposal from each offeror.
Award will be made to the responsible offeror whose proposal: - Is determined to be technically acceptable. - Conforms to all solicitation requirements (terms and conditions, representations, certifications, and technical requirements). - Has the lowest Total Evaluated Price among the technically acceptable offerors.
The Government does not imply, nor is it the Government's intention, to conduct the evaluations in sequential order (i.e., technical evaluation does not necessarily have to precede price evaluation). 4. Technical Evaluation Factors The Government's technical evaluation will be based on the following four equally important subfactors: Subfactor Description
Wing and Fin Packaging, Handling, Shipping and Transportation Solution
Posted: May 4, 2026, 9:16 a.m. EDT This notice serves as a formal SOLICITATION for the procurement of Wing and Fin Sub-Assemblies. These critical sub-components are required to support the AIM-120X and CATM-120X series of the Advanced Medium Range Air-to-Air Missile (AMRAAM). The Government intends to award a single contract for the scope of work identified within the Attachment 2 Statement of Work (SOW) as a result of this solicitation. 2. Source Selection Procedures This acquisition will utilize the Lowest Price, Technically Acceptable (LPTA) source selection procedure in accordance with: FAR 15.103-2 DoD Source Selection Procedures referenced in DFARS 215.200 and DFARS PGI 215.200 These procedures will be used to make an integrated assessment for a best value award decision. Please refer to sections L and M of the solicitation for additional information. 3. Evaluation and Award Criteria The Government shall evaluate proposals in accordance with the provisions outlined in this notice. A detailed and complete analysis of each offeror's proposal will be performed. Key Evaluation Parameters: Proposal Limit: The Government will only evaluate one proposal from each offeror. Award Basis: Award will be made to the responsible offeror whose proposal: Is determined to be technically acceptable. Conforms to all solicitation requirements (terms and conditions, representations, certifications, and technical requirements). Has the lowest Total Evaluated Price among the technically acceptable offerors. Evaluation Sequence: The Government does not imply, nor is it the Government's intention, to conduct the evaluations in sequential order (i.e., technical evaluation does not necessarily have to precede price evaluation). 4. Technical Evaluation Factors The Government's technical evaluation will be based on the following four equally important subfactors: Subfactor Description Subfactor One Wing and Fin Packaging, Handling, Shipping and Transportation Solution Subfactor Two Wing and Fin Production Plan Subfactor Three Finished/In Process Product Verification Plan Subfactor Four Honeycomb Implementation _______________________________________________________________________________________________ Questions Received: 1. The First Article timeline indicates up to 720 days (without a waiver), while the first item delivery appears to be required within approximately 365 days. Can you please clarify the Government's expection regarding this timeline? Specifically: Is the intent that the first Delivery Order (DO1) would not be issued until after First Article approval (potentially up to 720 days from contract award), which would push DO1 delivery into the 2029 timeframe? Or is there an alternate expectation involving the delivery of two (2) First Article units and concurrent qualification activities that would support earlier production and delivery? 1. Answer: The Government estimates that production of the two (2) First Article units will require six (6) to twelve (12) months, followed by an additional six (6) to twelve (12) monhts for First Article Testing (FAT) prior to full-rate production. Therefore, the Goverment anticipates mass delivery to occur in 2029, contingent upon successful FAT and validation of a viable product.
| Contact name | Dillan Harper-Smith |
|---|---|
| Contact email | dillan.harper-smith.1@us.af.mil |
| Contact phone | None |
| Secondary contact name | Ivan Jones |
| Secondary contact email | ivan.jones.2@us.af.mil |
| Secondary contact phone | (478) 327-5756 |
Agency: Air Force Sustainment Center
Location: Georgia
NAICS: 336413
Agency: Procurement Management Branch
Location: Georgia
NAICS: 334516
Agency: Georgia National Guard
Location: Georgia
NAICS: 238220
Agency: MICC Fort Benning
Location: Georgia
NAICS: 484210