AIS Technical Order Maintenance
ID: FA825125RB002_SynopsisType: Presolicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for AIS Technical Order Maintenance to support the F-16 avionics suite at Hill Air Force Base in Utah. The contractor, BAE Systems, will be responsible for revising and maintaining the F-16 AIS Series of Test Stations Technical Orders, ensuring they are current and accurate by incorporating Air Force Materiel Command (AFMC) Publication Change Requests, conducting quality checks, and submitting documentation for government review and publication. This maintenance is crucial for the effective operation of F-16 systems, reflecting the government's commitment to managing military equipment efficiently. The anticipated contract, valued at approximately $778,000, is expected to be awarded around April 11, 2025, with a performance period from July 1, 2025, to June 30, 2026. Interested parties can contact Christian Barwick at Christian.Barwick@us.af.mil or Heidi Hodgson at heidi.hodgson@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 9:05 PM UTC
The Performance Work Statement (PWS) outlines maintenance support for the F-16 AIS Series of Test Stations Technical Orders necessary for the operation and use of the F-16 avionics suite. The contractor, BAE Systems, is tasked with revising and maintaining these technical orders to ensure they are current and accurate. Key responsibilities include incorporating Air Force Materiel Command (AFMC) Publication Change Requests (PCRs), conducting quality checks, and submitting documentation for government review and publication. The contractor must provide deliverables including Technical Order Change/Maintenance Packages and Monthly Status Reports while ensuring compliance with specified performance thresholds for accuracy and quality. The PWS emphasizes training for contractor personnel in technical order management and mandates government acceptance inspections for all work performed. The final delivery of technical order changes is expected by June 30, 2025. This document is crucial in ensuring that the F-16 systems are properly documented and maintained, reflecting the broader responsibilities of government contracts in managing military equipment and systems effectively.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and testing of Diffractive Optic Head Up Display (DOH) and Wide Area Conventional (WAC) Electronic Module Assemblies (EMA) for F-16 Advanced Avionics systems. The contractor will be responsible for restoring these electronic modules to their original specifications and ensuring they meet serviceable “A” condition without altering their functional capabilities. This procurement is critical for maintaining the operational integrity of F-16 aircraft, which are vital to national defense. Interested contractors should contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil for further details, with proposals expected to adhere to stringent quality assurance and inspection requirements as outlined in the associated documentation.
F-16 AN/APG-66/68 Radar Post-Production Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-16 AN/APG-66/68 Radar Post-Production Sustainment under a 10-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement involves a range of services including core tasks, system test specifications, technical orders, and engineering technical support, all aimed at ensuring the reliability and supportability of the F-16 radar systems. This contract is critical for maintaining operational readiness and effectiveness of the F-16 aircraft, which serve both U.S. Air Force and foreign military sales. Interested parties should note that the period of performance is from November 1, 2025, to October 31, 2035, and are encouraged to contact George Bell at george.bell.2@us.af.mil or Tyler Fowers at Tyler.fowers@us.af.mil for further details.
Repair-F-16 Accessory Drive Gearbox (ADG) & Jet Fuel Starter (JFS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of the F-16 Accessory Drive Gearbox (ADG) and Jet Fuel Starter (JFS) to restore them to a serviceable condition. The procurement involves comprehensive overhaul services, including substantial disassembly and reconditioning of these critical aircraft components, which are essential for the operational readiness of the F-16 aircraft. Interested vendors are encouraged to submit their capabilities statements and respond to this Sources Sought notice by April 20, 2025, at 4 PM MST, with inquiries directed to Anna Bournakis at anna.bournakis@us.af.mil or Leslie Trice at leslie.trice@us.af.mil. The estimated annual requirement includes approximately 50-305 repairs for the ADG and 50-395 repairs for the JFS, with a focus on ensuring compliance with military standards and operational safety.
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 Electrical Component, Circuit Card Assemblies
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the manufacture of F-16 Electrical Component, Circuit Card Assemblies. This procurement focuses on the production of bare printed circuit boards, adhering to stringent military standards, including the use of lead-free solder and compliance with a Counterfeit Prevention Plan to ensure the integrity of electronic parts. The components are critical for maintaining the operational readiness and reliability of the F-16 aircraft, reflecting the government's commitment to national defense. Interested contractors must submit their proposals by May 1, 2025, and can direct inquiries to Michelle Mihu at michelle.mihu@us.af.mil for further information.
F-16 Transfer Unit, Advan
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, UT, is seeking quotations for the procurement of one unit of the F-16 Transfer Unit, Advanced, identified by NSN 7025016165061. The procurement requires compliance with stringent military packaging, marking, and preservation standards, as outlined in the Statement of Work, which emphasizes adherence to various Department of Defense regulations and proper handling of hazardous materials. This equipment is critical for Foreign Military Sales (FMS) and plays a vital role in maintaining operational readiness for military aircraft. Interested vendors must submit their quotations by May 15, 2025, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
M Series Operational Flight Program (OFP) Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide operational flight program (OFP) support for the F-16 Modular Mission Computer (MMC) as part of a five-year contract initiative. The procurement aims to identify sources capable of delivering and integrating software development, maintenance, and support for various components including the Board Support Package (BSP), Built In Test (BIT), middleware, and firmware necessary for the M Series OFP updates. This capability is critical for enhancing situational awareness and tactical response in combat environments, ensuring that the F-16 aircraft remain effective against evolving threats. Interested parties must submit their qualifications and relevant experience to Kali Miller at kali.miller@us.af.mil and Marcella Iverson at marcella.iverson@us.af.mil within 30 calendar days of this notice, as the government does not intend to award a contract based on this request for information.
F-16 C-D Dual Mode Transmitter Protection and Control Assembly 5998-01-265-1040 762R370G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 C-D Dual Mode Transmitter Protection and Control Assembly (NSN: 5998-01-265-1040, P/N: 762R370G01). This assembly is used for the application of the F-16 C/D Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. Interested companies must go through a source approval process. The qualification document and additional repair data can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office). The approximate issue date for this notice is July 10, 2023. The place of performance for this procurement is Tinker AFB, OK, USA. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 8017772211.
REPAIR OF ICT-1500/2500 DETECTION, CONTROL AND MOTION SYSTEMS - Hill Air Force Base, Utah
Buyer not available
The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the repair and modernization of ICT-1500/2500 Detection, Control, and Motion Systems at Hill Air Force Base, Utah. This procurement aims to extend the operational life of these critical systems by replacing outdated components, including detectors, motors, controls, and associated software, while ensuring compliance with stringent performance and safety standards. The project is vital for maintaining the functionality of advanced Computed Tomography systems essential to the Minuteman III ICBM program. Interested small businesses must submit their proposals by the specified deadlines, with inquiries directed to primary contact Randall Egbert at randall.egbert@us.af.mil or secondary contact Tanner Nielsen at tanner.nielsen@us.af.mil.
MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
Buyer not available
The Department of Defense is seeking small business contractors for the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) at Hill Air Force Base, Warner Robins Air Force Base, and Tinker Air Force Base. The primary objective is to enhance the MABSM system, which supports Maintenance Repair Overhaul (MRO) operations, by providing a comprehensive range of services including project management, technical analysis, user training, and quality assurance. This initiative is crucial for maintaining system availability and compliance with Information Assurance standards, thereby ensuring efficient depot operations. Interested parties must submit their responses, including company information and capabilities, by May 2, 2025, to Hannah Rearick at hannah.rearick@us.af.mil or Jason Neering at jason.neering@us.af.mil.