This government solicitation, FA8538-26-R-0005, is a Request for Proposal (RFP) for supplies and services related to the repair of Flight Information Processors (NSN: 6610-01-432-8459 FX) for F-15, C-130, and C-5 aircraft. The contract is administered by Robins AFB, GA, and is a rated order under the Defense Priorities and Allocations System (DPAS). The solicitation outlines specific requirements for repair services, including Firm Fixed Price items for ADP repair, on-site Field Service Engineer (FSE) support, CSPM support, Program Control Specialist support, On-Site Logistics Analyst support, Engineering Services, Use of Test Equipment, Intellectual Property Agreement, Contractor Management Report, and Configuration Management. Additionally, it details data requirements through a Contract Data Requirements List (CDRL) for items such as PMR Meeting Minutes, Depot Maintenance Workload 50/50 Report, Test Plan, Engineering Change Proposal, Identification Marking, Obsolescence Alert Notice, Accident/Incident Report, and Quality Control Plan. The document specifies inspection, acceptance, delivery, and payment instructions, including the use of Wide Area WorkFlow (WAWF) for payment requests and receiving reports. It also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas like small business utilization, labor standards, environmental protection, and intellectual property. An ombudsman is designated to facilitate the resolution of concerns related to the acquisition. Offers are due by January 30, 2026, at 4:00 PM.
This government solicitation, FA8538-26-R-0005, is a Request for Proposal (RFP) issued by Robins AFB, GA, for the repair of Flight Information Processors (NSN: 6610-01-432-8459 FX), designated as Item Number 0001, with a quantity of 50. The contract also includes provisions for Over & Above (CLIN 0003) and Beyond Economical Repair (CLIN 0002) to be established via modification. Additional services include on-site FSE support, CSPM support, Program Control Specialist support, Logistics Analyst support, Engineering Services, Use of Test Equipment, Intellectual Property Agreement, Contractor Management Report, and Configuration Management. The solicitation is a rated order under the Defense Priorities and Allocations System (DPAS) and mandates electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF). The document specifies various clauses, including those related to small business subcontracting, labor standards, and safeguarding covered defense information. The offeror must complete blocks 11, 13, 15, 21, 22, and 27, and offers are due by January 6, 2026, at 4:00 PM.
This government solicitation amendment, FA8538-26-R-0005-0001, primarily extends the proposal due date from January 6, 2026, to January 30, 2026. It also details several modifications including the removal of preamble CAVAF language, the removal of IUID requirements from CLIN 0001, and the removal of the CDRL for Identification Marking of US Military Property. Consequently, Attachment 2 (Performance Work Statement) and Exhibit A (Contract Data Requirements List) are updated to reflect these changes and renumber CDRLs, with the PWS date updated to December 11, 2025. The document outlines comprehensive terms and conditions for repair services of Flight Information Processors, various support services (FSE, CSPM, PCS, Logistics Analyst), engineering services, use of test equipment, and intellectual property agreements. It specifies inspection, acceptance, and delivery requirements, along with detailed contract clauses covering a wide range of regulations including those related to small business, labor standards, environmental protection, and cybersecurity. An ombudsman is also designated to address concerns from offerors.