Notice of Intent - NFAC Switch Matrices
ID: FA910125QB043Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to solicit and negotiate a contract for the acquisition of two Precision Filters, Inc. Solid State Switch Matrix systems to support operations at the National Full-Scale Aerodynamics Complex (NFAC) at Arnold Air Force Base in Tennessee. This procurement is essential for maintaining existing NFAC wind tunnel operations, as the new systems will serve as both operational units and spares, ensuring continuity and efficiency in data system development and sustainment. The anticipated contract will be a Single-Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, with a minimum guarantee of one complete system and a maximum of two, delivered Free on Board (FOB) Destination to Arnold AFB. Interested parties must submit their statements of capabilities by April 30, 2025, to the primary contact, Mr. Brogan Fullmer, at brogan.fullmer@us.af.mil, or Ms. Leslie McGowan at leslie.mcgowan@us.af.mil.

    Files
    Title
    Posted
    The file details a request for proposals (RFP) concerning the procurement of a NFAC Switch Matrix System for federal use. Specifically, the procurement outlines the required components and quantities necessary for Year 1, with a stipulation that the same quantities will also be needed in Year 3. Key components include a precision solid-state switch matrix system comprised of a mainframe, power supply, control unit with Ethernet capability, graphical user interface, and factory acceptance test software. Additionally, various input and output cards, interstage switch modules, a slide mount kit, and test cables are specified. This procurement request is essential for enhancing operational capabilities, ensuring that the federal agency can maintain the necessary technological standards for its operations over multiple years. The exact specifications denote careful planning and the expected longevity of the equipment, reflecting a structured approach to funding through federal grants and the RFP process.
    The document describes a Single Source Justification for a Simplified Acquisition, a process used in government contracts where a specific vendor is the only source capable of providing the required goods or services. This justification is typically needed when competitive bidding is not feasible or would not be advantageous. Key points emphasize the reasons for selecting a sole supplier, such as unique capabilities, proprietary technology, or specialized expertise that are essential for the project's success. The document's purpose is to document and formally approve the decision-making process for bypassing standard procurement procedures, thus maintaining compliance with federal regulations regarding acquisitions. This process ensures that all aspects of a sole-source acquisition are vetted to facilitate transparency and accountability in government spending.
    The memorandum details a proposed contract action for the acquisition of two Solid State Switch Matrix systems to support operations at the National Full-Scale Aerodynamics Complex (NFAC) by the Arnold Engineering Development Complex (AEDC). The systems, manufactured by Precision Filters, Inc., include various components such as mainframes, power supplies, controls, software, and adapters, with delivery to NASA Ames Research Center in California. The solicitation operates under the NAICS code 334515, which relates to electrical instrumentation manufacturing, and anticipates a single-source award to Precision Filters. However, other interested parties are encouraged to submit capability statements or proposals for consideration. Queries regarding the proposal are requested by April 30, 2025. This memorandum reflects the government's process of fulfilling specific technical requirements while promoting opportunities for participation from responsible suppliers, emphasizing transparency and competition in federal procurement practices.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23 Production
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of the Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23. This Request for Information (RFI) aims to identify companies capable of producing the AN/FMQ-23 weather systems, which are essential for accurately measuring and reporting various weather parameters in compliance with Department of Defense and Air Force standards. The production of these systems is critical for automated weather observations, supporting military operations and decision-making. Interested parties are encouraged to submit a capabilities package detailing their experience, production capacity, and compliance with ITAR by October 17, 2025. For further inquiries, contact Kathryn Mackessy at kathryn.mackessy@us.af.mil or Capt Christopher Thier at christopher.thier@us.af.mil.
    F118 Front Frame Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the remanufacture of the F118 Front Frame Assembly, with a focus on restoring components to their original life expectancy. The procurement involves the remanufacture of various National Stock Numbers (NSNs) related to the F118 Front Frame, requiring contractors to provide labor, materials, and facilities for repair, testing, and logistics. This initiative is crucial for maintaining the operational readiness of Air Force aircraft, ensuring safety and performance standards are met. Interested parties must submit their business information and complete a Source Approval Request (SAR) package by December 24, 2025, and can contact Cynthia D Viney or Tara Parker for further details.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Dept Of Defense
    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.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    F-16 Multiplier Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
    Dept Of Defense
    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.