Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
ID: FA8117-24-R-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted Jan 23, 2024, 9:08 PM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational reliability of critical components for the B-1 aircraft systems, emphasizing adherence to quality management standards, including ISO 9001:2015, and the development of plans to mitigate risks such as counterfeit parts and cybersecurity threats. Interested contractors must comply with detailed requirements outlined in the Performance Work Statement and related documents, with a proposal submission deadline extended to July 1, 2024. For further inquiries, potential bidders can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil.

Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
Mar 20, 2025, 9:08 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for federal contracts under the proposal FA8117-24-R-0003, highlighting mandatory data submissions related to government property, technical improvements, and supply chain management. It includes 10 data item descriptions (DIDs) detailing submission frequency, purpose, and responsible offices, emphasizing compliance with government regulations. Key items include the annual Government Property Inventory Report (A001), which mandates an electronic submission outlining contractors' possession of government property. Other reports, like the Technical Order Improvement Report (A002) and the Acquisition and Sustainment Data Package Deficiency Reports (A003, A004), require contractors to track technical deficiencies, while a Counterfeit Prevention Plan (A005) must ensure procurement integrity. The Production Surge Plan (A006) addresses rapid demand increases, ensuring contractors can adapt without price hikes. The outlined documentation structure aims to support logistical and risk management within the Department of Defense by enforcing strict reporting requirements to help maintain supply chain efficacy, ultimately enhancing operational readiness. The document serves as a guideline for contractors, ensuring they meet necessary criteria while fulfilling governmental mandates regarding technology, property, and materials management.
Mar 28, 2024, 7:16 AM UTC
Mar 20, 2025, 9:08 PM UTC
The document outlines a Request for Proposal (RFP) FA8117-24-R-0003 from the Department of the Air Force for the repair of flight display units and data display groups at Ogden Air Logistics Center. The acquisition is unrestricted and focuses on outlining the services and supplies required, such as management of repair operations, logistics, training, and support, adhering to specified standards. The RFP details the proposal requirements, including the submission deadlines and guidelines for pricing and delivery. Key components include specific line items for different repairs, with associated quantities, unit prices, and delivery requirements. The contractor will be responsible for managing repairs with periodic deliveries, quality assurance inspections at origin or destination, and proper documentation during the process. Additionally, the document requires adherence to contract clauses and payment procedures, specifically highlighting the use of the Wide Area Workflow for electronic invoicing and payment requests. This initiative is crucial in supporting operational efficiency within military logistics and ensuring the maintenance of critical aircraft equipment.
Mar 20, 2025, 9:08 PM UTC
The document pertains to an amendment of a solicitation by the Department of the Air Force regarding contract FA8117-24-R-0003, effective March 20, 2025. This amendment primarily extends the proposal receipt date to April 15, 2025, and makes various changes to specific federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Notably, it adds DFARS 252.237-7023 regarding continuity of essential services while deleting FAR clauses 52.222-21 and 52.222-26. Additionally, revisions are made to FAR clauses related to annual representations and certifications and subcontracting for commercial services. The document emphasizes the essential nature of the contractor services required and mandates acknowledgment of the amendment by potential contractors to ensure compliance. Overall, this amendment reflects administrative updates and shifts in regulation as part of ongoing federal procurement processes.
Mar 20, 2025, 9:08 PM UTC
The Performance Work Statement (PWS) outlines the repair requirements for B-1 FIDL & VSDU displays under contract FA811724R0003 by the Department of the Air Force. The main purpose is to define the responsibilities of contractors regarding repair processes, quality assurance, supply chain risk management, and compliance with safety and cybersecurity standards. Key highlights include the necessity for contractors to meet rigorous pre-award survey requirements, initiate inspections, and follow specific quality programs aligned with ISO 9001:2015. The document emphasizes the importance of managing supply chain risks, especially concerning foreign influence and obsolescence issues, while establishing protocols for the prevention of counterfeit parts. Additional stipulations cover the management of government property, reporting requirements for damages, and the handling of special tools and equipment. Specific work requirements require the contractor to ensure serviceability and adhere to technical orders for repairs and maintenance. The document reflects an emphasis on quality, schedule adherence, and thorough documentation throughout the repair process, highlighting the criticality of compliance with defense standards under government contracts.
Mar 20, 2025, 9:08 PM UTC
The document is an amendment to the solicitation for noncommercial repair issued by the Department of the Air Force (Contract ID: FA8117-24-R-0003). It officially modifies the original request for proposals (RFP) dated February 13, 2024, by extending the submission deadline for quotations from March 14, 2024, to April 14, 2024, at 5:00 PM. The amendment requires all offers to acknowledge receipt prior to the new deadline to avoid rejection of their submissions. The document is administered by the Air Force Sustainment Center and designated for contractors interested in providing repair services. It highlights key procedures and requirements for acknowledging the amendment and outlines the continued enforcement of all terms and conditions from the original solicitation, except as specified in the modification. This ensures clarity and compliance as vendors prepare their proposals within the revised timeframe.
Mar 20, 2025, 9:08 PM UTC
This document is an amendment to solicitation FA8117-24-R-0003 for noncommercial repair services by the Department of the Air Force. The amendment extends the deadline for quotes from April 14, 2024, to July 1, 2024, at 5:00 PM. It is crucial for contractors to acknowledge receipt of this amendment prior to the specified deadline to avoid rejection of their offers. This document outlines the procedures for acknowledgment and modification of offers, ensuring that all terms and conditions remain in effect, except for the specified changes. The amendment also specifies the contact information for the buyer, David Herrig, at Tinker AFB, Oklahoma, who is responsible for the solicitation. This update denotes a significant step in the procurement process, ensuring interested parties are informed and granted additional time to respond effectively.
Mar 20, 2025, 9:08 PM UTC
This document is an amendment to a solicitation issued by the Department of the Air Force for the repair of Flight Display Units (FIDL) and Data Display Groups (VSDU). The amendment, effective July 5, 2024, extends the proposal submission deadline and adds new Contract Line Item Numbers (CLINs) for both major and minor repair services. The contractor will be responsible for managing repair operations at Ogden Air Logistics Center, including training, logistics management, and reachback support, adhering to the Performance Work Statement (PWS). Delivery requirements are specified as one unit every 30 days until completion, with inspections and acceptances to take place at the origin. The document outlines detailed pricing information and unit quantities for each repair category and includes options for future years, establishing a firm fixed price structure. The emphasis on quality assurance, inspection requirements, and specific material handling protocols demonstrates the government's commitment to ensuring high standards for military equipment maintenance. This solicitation is an integral part of federal procurement practices, facilitating the maintenance and operational readiness of crucial defense technology.
Mar 20, 2025, 9:08 PM UTC
The document outlines the amendment and modification of a solicitation related to a federal contract for the repair services of flight display units by the Department of the Air Force. Specifically, it details the addition of Major "Plus" repair contract line item numbers (CLINs) and related changes to clauses and provisions, including the addition of specific FAR and DFARS clauses. The amendment modifies the existing contract to incorporate new requirements while ensuring that prior terms and conditions remain intact. It specifies the contractor's responsibilities, which include managing the repair operations at Ogden Air Logistics Center, providing training, and ensuring quality assurance for repaired units. Key items are categorized into major, minor, and no fault found repairs related to both flight display units and data display groups, with delivery expectations clearly laid out. This modification serves to update the solicitation process while aligning with federal acquisition regulations and ensuring ongoing support for military operations. The precise management of these repair operations is critical to maintaining the fleet's operational readiness, reflecting the government's emphasis on continuous improvement and efficiency in defense logistics.
Mar 20, 2025, 9:08 PM UTC
The government file outlines a request for proposals (RFP) related to the repair of B-1 Flight Data Unit and Data Display Group as part of solicitation number FA811724R0003, approved on October 3, 2023. It details two non-serialized items required for the project: the B-1 Flight Display Unit, with a quantity of 60 units, and the B-1 Data Display Group, with a requirement of 40 units. Each item is identified by its respective National Stock Number (NSN), CAGE code, and part number. The RFP indicates the use of specified budget strategies for acquisition without modifications. The document serves to formally solicit proposals to address maintenance and repair needs of crucial components for the B-1 aircraft systems, ensuring operational reliability and support to military aviation capabilities. The structured layout of the file, including solicitation details and item specifications, emphasizes clarity and precision in procurement processes within governmental contracting practices. This summary captures the essence of the document while remaining within the word limit and maintaining objectivity.
Mar 28, 2024, 7:16 AM UTC
Mar 20, 2025, 9:08 PM UTC
The document outlines specific packaging requirements under the purchase instrument number FD20302201040-00, focusing on compliance with regulations concerning wood packaging material (WPM). It addresses the need for preserving military and commercial goods while preventing the spread of invasive species like the pinewood nematode. All wooden packaging materials must be made from debarked wood, heat-treated to specified temperatures, and certified by recognized agencies. The document also details military packaging and marking standards per MIL-STD-2073-1 and MIL-STD-129, mandating that containers have appropriate shipping markings and codes. Key dimensions and weights of various packaging units are specified, alongside additional instructions for vendors, emphasizing the importance of proper labeling, especially concerning electronic static discharge (ESD) and reusability. The primary purpose of this document is to ensure that packaging aligns with federal standards, safeguards against environmental issues, and meets military logistics requirements, reflecting the overall commitment to quality and compliance in government procurement processes.
Mar 28, 2024, 7:16 AM UTC
Mar 20, 2025, 9:08 PM UTC
The Performance Work Statement (PWS) for the repair of B-1 FIDL & VSDU displays outlines the responsibilities and requirements for contractors engaged in this task for the U.S. Air Force. It emphasizes ensuring that repair capabilities are supported by proper technical documentation while adhering to quality management standards, specifically following ISO 9001:2015. Key aspects include pre-award survey obligations, initial production evaluations, quality control procedures, and supply chain risk management guidelines. Contractors must notify the Air Force of obsolescence issues affecting delivery times and develop a cybersecurity protection plan. The document mandates the development of a Counterfeit Prevention Plan (CPP) for electronic parts to avoid counterfeit elements entering the supply chain. Specific safety and health regulations must also be followed during repairs. The PWS is structured with sections detailing work requirements, reporting obligations, special requirements, and delivery schedules, ensuring a thorough understanding of the expectations placed on contractors. Overall, the document serves to align contractors with the Air Force's operational needs and quality standards, significantly underlining the emphasis on mission-critical performance and compliance.
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Mar 20, 2025, 9:08 PM UTC
The document outlines transportation data relevant to federal solicitations under Purchase Instrument Number FD20302201040-00, initiated on October 3, 2023. It provides instructions for vendors regarding shipping and freight logistics, emphasizing the importance of ensuring that carrier rates are competitive with government rates. Vendors must contact the Defense Contract Management Agency (DCMA) for specific shipping instructions and regulatory clearances before transportation. The document includes detailed transportation funds information and multiple line items indicating shipping destinations and corresponding National Stock Numbers (NSN). Transportation account codes and other financial data are also specified, highlighting the intricate funding process involved in these transactions. The information underscores the necessity for compliance and thoroughness in preparing invoices for reimbursement of transportation costs to avoid potential financial discrepancies. Overall, the document serves as a critical guide for vendors involved in government transportation contracts, ensuring adherence to protocols and efficient logistical management.
Lifecycle
Title
Type
Similar Opportunities
B-1 Multi Functional Display
Buyer not available
The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition. The primary objective of this procurement is to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution, which is crucial for enhancing the cybersecurity measures of the F-16 aircraft. This acquisition is a 100% small business set-aside under NAICS code 334412, with an estimated contract value of $9.9 million and an anticipated award date in September 2025. Interested vendors must submit a controlled document access request through SAM to obtain the necessary secure attachments, and proposals are due by May 2, 2025; for further inquiries, contact Laurie Auernig at laurie.auernig@us.af.mil or Marcella Iverson at marcella.iverson@us.af.mil.
Repair of NSN: 5895-01-309-3076 ZR Display Module Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Display Module Assembly (NSN: 5895-01-309-3076 ZR), with a focus on Test, Teardown, and Evaluation (TT&E) as well as minor and major repair services. Contractors are required to furnish all necessary facilities, parts, materials, and services to inspect and restore the assembly to a serviceable condition, adhering to strict quality control and compliance standards. This assembly is critical for military operations, and the procurement aims to ensure operational readiness and reliability of the equipment. Interested vendors must submit their proposals by May 1, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information regarding the solicitation.
Repair of Flight Data Recorder
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Flight Data Recorders, which are critical for monitoring, collecting, and processing mishap data. This procurement aims to ensure the functionality and reliability of these essential instruments used in aviation safety. The solicitation has been amended to extend the deadline for offer submissions to May 27, 2025, allowing potential bidders additional time to prepare their proposals. Interested contractors should direct their inquiries to Sheeja Santhosh at sheeja.santhosh@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further information.
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 module assemblies 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, and they must adhere to stringent quality assurance and packaging requirements as outlined in the associated documentation.
FD2030-25-01565
Buyer not available
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.
F-16 Wing Assemblies
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of F-16 wing assemblies, specifically identified by several National Stock Numbers (NSNs). The contract requires the delivery of various wing assembly components, with a total quantity of 30 units across different NSNs, and emphasizes compliance with military specifications and standards throughout the manufacturing process. These components are critical for maintaining the operational readiness and structural integrity of the F-16 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of April 30, 2025, and can direct inquiries to Dennis Bouy at dennis.bouy@us.af.mil for further information.
16--EFIS CONTROL PANEL,, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the EFIS Control Panel, a critical component in aircraft operations. The procurement requires that the contractor provide FAA-certified parts and adhere to strict quality and inspection standards, ensuring that all items are returned to a Ready for Issue (RFI) condition. This opportunity is vital for maintaining the operational readiness of naval aircraft, emphasizing the importance of high-quality repairs and compliance with military specifications. Interested vendors must submit their firm-fixed price quotes by April 28, 2025, and can direct inquiries to Rachel Opperman at 215-697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
DISPLAY UNIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of display units. The contract requires the delivery of four newly manufactured units, adhering to strict quality and inspection standards, including FAA certification for critical safety items. These display units are essential for operational readiness and support within military applications. Interested vendors must submit proposals electronically to Kaileigh.Baker@dla.mil, ensuring compliance with all specified requirements, including the provision of authorized distributor letters if applicable. The solicitation emphasizes the urgency of the procurement, with a focus on newly manufactured spares only, and the deadline for submissions is not explicitly stated in the overview.