AAIS-PSP-ITASA
ID: FA822826Q0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8228 AFSC OL H PZIMHILL AFB, UT, 84056-5805, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance, servicing, repair, and calibration of twenty-three Advanced AIS Programmable Signal Processor Interface Test Adapter Sub-Assemblies (AAIS-PSP-ITASAs) at Hill Air Force Base in Utah. This requirement is critical for the support of F-16 sustainment, as the AAIS-PSP-ITASAs are integrated with test stations used to test and repair mission-critical Line Replaceable Units (LRUs). The contract will span one twelve-month base year with four additional option years, and proposals are due by 3:00 PM MST on November 20, 2025, following an amendment that extended the original deadline. Interested parties should direct inquiries to Costadena Bournakis at costadena.bournakis@us.af.mil or Elijah Carino at elijah_leo.carino@us.af.mil for further details.

    Files
    Title
    Posted
    DD FORM 1423-1, a Contract Data Requirements List (CDRL), is a standardized Department of Defense form for specifying data deliverables in government contracts. It outlines requirements for various data items, such as status reports, technical data packages, and technical manuals. The form details information like data item number, title, authority, contract reference, requiring office, frequency, and submission dates. It also includes instructions for both government personnel in preparing the form and contractors in pricing data items based on effort groups (Group I: data not essential to primary effort; Group II: essential data requiring additional work to meet government requirements; Group III: internal-use data with minimal changes for government requirements; Group IV: data from normal operating procedures with minimal effort to supply). The form emphasizes the electronic submission of documents and specifies distribution statements for controlled access. It ensures that contractors understand their obligations for data delivery, format, and distribution, contributing to transparent and compliant execution of federal contracts.
    DD Form 1423-1, a Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from a contractor. This particular instance details the requirement for an "ENVIRONMENTAL, SAFETY, AND OCCUPATIONAL HEALTH (ESOH) PLAN" (Safety Plan) for the "AAIS-PSP-ITASA Follow-on" system/item. The plan, identified as data item A002, must adhere to DI-SAFT-82313 and relate to PWS Section 10 & Appendix C. It is to be submitted with the contract proposal and approved by the Safety Office before initial generator maintenance. The contractor's format is acceptable, and the document is approved for public release. Electronic submission in Microsoft Office compatible format is required for specific addressees including Roman Vazquez, Branden Connelly, and OO-ALC/SE Workflow. The form also includes detailed instructions for both government personnel in preparing the CDRL and contractors in understanding pricing groups for data items.
    The U.S. Air Force's Performance-Based Work Statement outlines requirements for maintaining, repairing, servicing, and calibrating twenty-three Advanced AIS Programmable Signal Processor Interface Test Adapter Sub-Assemblies (AAIS-PSP-ITASAs) at Hill Air Force Base (HAFB). This initiative supports F-16 sustainment, with a one-year basic period and four option years. The contractor must provide all necessary resources, including personnel and materials. Key services include preventative maintenance every 60 days for all units and on-call maintenance with a one-business-day response time. Contractors are responsible for furnishing most replacement parts and submitting monthly status reports. The PWS also details security requirements, hours of operation, environmental compliance, safety programs, and mishap reporting protocols, emphasizing adherence to federal, state, and local regulations, as well as Air Force instructions.
    This document clarifies questions regarding a government Request for Proposal (RFP), specifically addressing line items and pricing. It confirms a distinction between CLIN 0001, which covers monthly maintenance, service, repair, and calibration of Advanced AIS Programmable Signal Processor Interface Test Adapter Sub-Assemblies, and CLIN 0002. CDRL A001 and A002, though listed as not separately priced, should have any associated costs integrated into CLIN 0001, with a quantity of 12 indicating a likely monthly basis. The provided price schedule is firm and correct, with no anticipated modifications before the award.
    This government solicitation, FA822826Q0002, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide maintenance, service, repair, and calibration of Advanced AIS Programmable Signal Processor Interface Test Adapter Sub-Assemblies. The acquisition, with a NAICS code of 238220 and a size standard of $15,000,000.00, is issued by FA8228 AFMC OL H PZIM PZIMC and has an offer due date of November 10, 2025, at 3:00 PM local time. The contract includes provisions for electronic submission of payment requests via Wide Area WorkFlow (WAWF) and incorporates various FAR and DFARS clauses related to commercial products and services, small business programs, labor standards, and supply chain security. The document outlines a base period and multiple option years for services, with inspection and acceptance at destination (Hill AFB, UT).
    The document is an amendment to Solicitation Number FA822826Q0002, issued by FA8228 AFMC OL H PZIM PZIMC, located at Hill AFB, UT. The primary purpose of this modification, Amendment/Modification Number 0001, is to extend the response due date for the solicitation from November 10, 2025, to November 20, 2025, at 3:00 MST. This amendment, effective November 12, 2025, clarifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. The amendment was signed by Costadena Bournakis, the Contracting Officer.
    Lifecycle
    Title
    Type
    AAIS-PSP-ITASA
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of an F-16 C/D APG-68 Dual Mode Transmitter RF Monitor. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $5700, and the qualification effort is expected to take 180 days. There is an opportunity for a waiver of the qualification requirements based on certain criteria.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    F16_ANAPG68_PN-646R706G01_1270010778078
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to provide repair services for the Array Brazing Assembly, part number 646R706G01, associated with the F-16 Radar Antenna. Interested offerors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package and a qualification test plan for government approval. This procurement is critical for maintaining the operational readiness of military assets, with an estimated qualification cost of $20,000 and a completion timeline of approximately 270 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.
    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.
    KC-46 Pneumatic Starter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    F-16 Test Fixture Assembly - Circuit Card Assemblies
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of various F-16 Test Fixture Assemblies, including Circuit Card Assemblies and Power Supply Assemblies. The objective is to gather market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information. These components are critical for aircraft maintenance and repair, ensuring operational readiness of the F-16 fleet. Interested parties are encouraged to contact Travis Bodily at travis.bodily@us.af.mil for further information, with an estimated delivery schedule for the components ranging from May 2026 to January 2029.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.