Common Data Entry Electronic Unit (CDEEU)
ID: FA825126R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8251 AFSC PZABBHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The "DRILS Technician Guide" outlines procedures for technicians using the Depot Repair Information Logistics System (DRILS) to manage repairable items. Published on November 10, 2003, and revised on November 20, 2008, the guide details how to induct items into DRILS, assign "in-work" statuses through various methods (home page, units in shop, search results, serial number history report), and document maintenance actions. It covers adding parts, performing "other maintenance" or adjustments, and deferring maintenance by assigning "awaiting maintenance" (AWM) or "awaiting parts" (AWP) statuses. The guide also explains how to "out-process" end items by categorizing them as serviceable, unserviceable, Not Repairable This Station (NRTS), or condemned, including common error messages. Support contacts are provided for assistance.
    The DD FORM 1423-1, a Contract Data Requirements List (CDRL), is a Department of Defense form (OMB No. 0704-0188) used to specify data deliverables from a contractor to the government. It outlines requirements for a single data item, detailing information such as the data item number, title, authority, contract reference, requiring office, and submission schedule (frequency, first, and subsequent submission dates). The form also includes sections for distribution, remarks, price group, and estimated total price. Instructions clarify roles for both government and contractor personnel, particularly regarding the pricing of data items based on four groups of effort (Group I: not essential but required; Group II: essential but requires additional work; Group III: internal use with minimal changes; Group IV: normal operating procedures, minimal effort). The estimated data prices should only reflect costs directly attributable to providing the data, not costs otherwise incurred or rights in data. The form emphasizes the public reporting burden of 110 hours per response and directs completed forms to the Government Issuing Contracting Officer.
    This government solicitation, FA8251-26-R-0002, issued by the Department of the Air Force, is a Request for Proposal (RFP) for the repair of various National Stock Number (NSN) items, primarily circuit card assemblies, electrical chassis, and data entry units. The solicitation outlines firm-fixed-price contracts for the repair of specific quantities of these items, with deliveries beginning 30 to 60 days after receipt of assets. All repairs require compliance with ISO 9001-2015 quality standards and Item Unique Identification (IUID) marking. The document also includes detailed instructions for electronic invoicing via Wide Area WorkFlow (WAWF) and specifies several clauses related to contract administration, small business utilization, and safeguarding covered defense information.
    This government file outlines detailed packaging requirements for various items, emphasizing compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key focus is the United Nations-implemented restrictions on Wood Packaging Material (WPM) to prevent invasive species, requiring WPM to be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency. The document specifies military long-line packaging for several items, including detailed coded data for unit pack dimensions and weights. ESD protection is required for multiple items, and additional cushioning is needed for others. All items must adhere to MIL-STD-2073-1 for packaging and MIL-STD-129 for shipping and storage markings, with additional marking criteria from AFMC Form 158. Some items are explicitly noted as having no packaging data required.
    The Department of the Air Force's Ogden Air Logistics Center has issued a Performance Work Statement (PWS) for the repair of F-16 Common Data Entry Electronic Units (CDEEU) and their Secondary Replaceable Units (SRUs). This PWS outlines the requirements for contractors to test and repair these mission-essential F-16 avionic parts to a serviceable condition, emphasizing just-in-time repairs rather than scheduled ones. Key aspects include detailed procedures for inspection, corrosion control, environmental stress screening, and various repair processes, along with strict guidelines for handling Government Furnished Property (GFP), Government Furnished Material (GFM), and Government Furnished Equipment (GFE). The document also addresses critical areas such as security, foreign disclosure, counterfeit electronic part detection and avoidance, supply chain risk management, and Item Unique Identification (IUID) marking. Contractors are required to comply with specific reporting via Contract Data Requirements Lists (CDRLs), including Commercial Asset Visibility Air Force (CAV AF) and Contract Depot Maintenance (CDM) Production Reports, and adhere to performance thresholds for repair turnaround time and product quality. The PWS mandates adherence to numerous technical orders and directives to ensure the quality and integrity of the repairs.
    This government Statement of Work outlines comprehensive preservation, packaging, and marking requirements for offerors, primarily focusing on military and commercial standards. It mandates adherence to various DoD Military Standards, ASTM International, ANSI, and FAR/DAR Clauses for military packaging, including MIL-STD 2073-1 for general military packaging and MIL-STD 129 for marking. The document also details requirements for commercial packaging (ASTM D3951), international phytosanitary measures for wood packaging (ISPM 15), and specific procedures for electrostatic discharge sensitive materials. Hazardous material shipments must comply with ICAO, U.S. CFR Title 49, IATA, and IMDG codes, alongside requiring Safety Data Sheets (FED-STD-313). Provisions for specialized shipping containers (MIL-STD-648) and palletized unit loads (MIL-STD-147) are included. The SOW also addresses the use of reusable containers, procedures for reporting supply discrepancies via WebSDR, and access to relevant specifications and standards through the ASSIST website and SPIRES for packaging instructions. The document emphasizes utilizing the most recent revisions of all cited standards and regulations.
    This government file, initiated on November 18, 2025, details transportation data for solicitations under Purchase Instrument Number FD20202600003-00. It outlines F.O.B. terms, transportation provisions, and clauses, specifically referencing FAR CITATION 52.247-29 (F.O.B. Origin) and 52.247-53 (Freight Classification Description). A critical instruction requires contacting DCMA Transportation via their SIR eTool System for shipping instructions on all DCMA-administered contracts, especially for F.O.B. Origin, FMS, and F.O.B. Destination OCONUS/Export movements, to avoid delays and additional vendor costs. The document lists multiple National Stock Numbers (NSNs) and associated purchase instrument line items, all designated to ship to DLA DISTRIBUTION DEPOT HILL, Hill AFB, UT, with specific transportation funding information (LOA and TACRNs AAA, AAB, AAC, AAD). Each item specifies delivery of assets at a rate of one per every 60 days, with early delivery being acceptable at no additional cost to the Government. Several items also include remarks referencing IAW DD 1423. The document is signed by Woodnell M. Respert from 406 SCMS / GULAA.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F-16 Electronic Component
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of eight electronic components for the F-16 aircraft, specifically identified by NSN 5998-01-322-7746. The opportunity focuses on Bare Printed Circuit Board Manufacturing, requiring adherence to strict military and commercial packaging and marking standards, including MIL-STD 2073-1 and MIL-STD 129, to ensure compliance and safety during shipment and storage. This procurement is critical for maintaining the operational readiness of the F-16 fleet, with a required delivery date set for November 30, 2027, and a Counterfeit Prevention Plan due 30 days after contract award. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details.
    F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manufacture the F-16 Interface Unit, Communications (NSN: 5895-01-354-4287, P/N: 16E4023-5) at Altus AFB in Oklahoma. Offerors must meet stringent qualifications, including certifications related to facilities, equipment, and manufacturing capabilities, with an estimated cost of $12,500 for necessary testing and evaluation, which includes dimensional verification and electronic testing. This procurement is critical for ensuring that the F-16 Interface Unit meets the high standards required for military applications, with a qualification completion time projected at 180 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details.
    F-16 Electronic Component
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting offers for the manufacturing and delivery of 17 F-16 Electronic Components, identified by NSN 5998-01-322-7746. This procurement is critical for maintaining the operational readiness of F-16 aircraft and is restricted to qualified sources, specifically ElbitAmerica and Lockheed Martin Corp., with a focus on small businesses under NAICS code 334412. Interested contractors must comply with stringent military packaging and marking standards, provide a Counterfeit Prevention Plan, and ensure adherence to various federal regulations, with the due date for offers extended to December 10, 2025, at 11:59 PM. For further inquiries, potential offerors can contact Travis Bodily at travis.bodily@us.af.mil.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    F-16 Electronic Componen
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for the procurement of two electronic components identified by NSN 5998-01-080-3978. This opportunity is aimed at qualified sources capable of supplying these components, which are critical for the F-16 aircraft, and emphasizes the importance of on-time delivery and compliance with stringent military standards. Interested contractors must submit their quotations by December 10, 2025, and are required to maintain firm pricing for 120 days, with additional requirements for supply chain traceability and adherence to various military packaging and inspection standards. For further inquiries, potential offerors can contact April Blakeley at april.blakeley@us.af.mil.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) requirements for Bulgaria and Taiwan, with specific delivery schedules and compliance with AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II standards. The mounting bases are critical components for the F-16CG aircraft, ensuring proper housing and connection to the aircraft's cooling system. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.
    F-16 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 18 F-16 Motor Pump Subassemblies (NSN 1650-01-084-8397WF) intended for Foreign Military Sales to Israel. This solicitation, numbered FA8212-26-Q-0002, includes updated requirements for cybersecurity compliance, production, and delivery terms, emphasizing adherence to the Cybersecurity Maturity Model Certification (CMMC) Level 2 standards. The F-16 Motor Pump Subassembly is a critical component used in the aircraft's control systems, underscoring its importance in maintaining operational readiness. Interested contractors must submit their quotations by February 4, 2026, with a required delivery date set for July 30, 2027. For further inquiries, potential bidders can contact Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.
    F-16 Aircraft Seat HUD Monitor (ASHM) for United States Air Force (USAF)
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is seeking sources for the repair and manufacturing of the F-16 Aircraft Seat HUD Monitor (ASHM), part number 46431110-30. This Sources Sought Synopsis aims to identify potential contractors capable of providing these services, which are critical for maintaining the operational readiness of F-16D aircraft. Interested parties must demonstrate relevant experience and qualifications, as the repair of this complex component is essential to prevent mission degradation and ensure the safety of aircraft and crew. Responses are due by January 9, 2026, at 4:55 PM MST, and interested contractors should contact Veronika Pett or Adriana Perez-Mares for further information.