F-16 Blk 50 CEESIM VPX
ID: fa822225QB017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC OL H PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of the CEESIM-VPX, a specialized hardware component essential for the F-16 Block 50 Software Integration Lab's Electronic Warfare systems testing. This equipment, characterized as a 2-channel, 4-port, 2-40 GHz chassis, is designed to simulate multiple radio frequency emitters, thereby creating realistic combat conditions for operational flight program testing. Interested contractors must adhere to various Federal Acquisition Regulation (FAR) clauses and ensure compliance with small business classifications, with quotes due by June 19, 2025, and questions accepted until June 2, 2025. For further inquiries, potential bidders can contact Audrey Lee at audrey.lee.3@us.af.mil or Christa Phillips at christa.phillips.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for the procurement of the CEESIM VPX, a specialized hardware product used in the F-16 Block 50 Software Integration Lab for Electronic Warfare systems testing. It outlines essential contract details, including requisition and contract numbers, solicitation information, submission guidelines, and requirements for delivery and acceptance. The CEESIM VPX is described as a 2-channel, 4-port, 2-40 GHz chassis designed to simulate combat conditions by generating multiple radio frequency emitters. The document emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses and includes clauses related to payment processes, contractor obligations, and unique item identification for delivered goods. Additionally, it stipulates requirements for contractors, including adherence to small business classifications, timely delivery, and the need for a warranty and service support. The overall structure of the document logically presents the procurement details while ensuring alignment with government regulations and expectations for contract execution. This solicitation reflects the federal government's ongoing commitment to supporting small businesses and ensuring compliance in federal procurements.
    Lifecycle
    Title
    Type
    F-16 Blk 50 CEESIM VPX
    Currently viewing
    Solicitation
    Similar Opportunities
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Dept Of Defense
    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.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    F-16 Electronic Component
    Dept Of Defense
    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.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through 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) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. 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_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    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 Multimeter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of an F-16 Multimeter, specifically NSN 6625-01-546-2044. This opportunity is a total small business set-aside under NAICS code 334515, and it requires compliance with various standards, including ISO 9001:2015 and Item Unique Identification (IUID) marking per MIL-STD-130, alongside a counterfeit prevention plan. Proposals are due by January 21, 2026, with a required delivery date for the multimeter set for March 24, 2027. Interested parties can reach out to April Blakeley at april.blakeley@us.af.mil for further information.
    F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking sources for the qualification of a Circuit Card Assembly with NSN 5998016536192 and PN 187218001, used in the F-16 application. This item is part of the 'ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE' industry. The procurement is a Sources Sought notice, and interested parties must meet strict qualification requirements. To become a qualified source, offerors must notify the Small Business Office or the contracting officer, submit a Source Approval Request (SAR) package, and have the necessary facilities, testing, and inspection capabilities. They must also possess or have access to the complete data package, including specific drawings and specifications from GE Aviation Systems LLC or Utah State University Space Dynamics Laboratory. Offerors will be responsible for demonstrating compliance with Unique Identification (UID) requirements and conducting quality, performance, and environmental evaluations. Additionally, a qualification test plan and a qualification article must be provided and pass evaluation by the government. The estimated cost for testing and evaluation is $3,500.00, and the expected time to complete the qualification effort is 180 days. Full qualification is mandatory for contract award eligibility, but qualification does not guarantee a contract. The place of performance is in Carlton Lndg, Oklahoma, United States.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    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.