VDATS Support Equipment Rhodes & Schwartz
ID: FA857926R00010001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8579 SOFTWARE SPRT AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

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

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Air Force, is seeking proposals for a firm-fixed-price requirements contract for VDATS Support Equipment, specifically kits to assemble VDATS stations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with an emphasis on delivering various kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC, to Robins AFB in Georgia over a five-year period. The equipment is critical for the agency's operational capabilities, and the solicitation includes detailed requirements for financial capability, pricing, and subcontracting plans, along with mandates for electronic invoicing via Wide Area WorkFlow (WAWF). Interested parties should contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further information regarding the proposal submission process.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, FA857926R00010001, is a Request for Proposal (RFP) for the procurement of VDATS support equipment kits, specifically RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits (Product Service Code: 6625). The acquisition is a firm-fixed-price Requirements type contract for a five-year period, with estimated quantities of five units per kit for each of the five ordering periods. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Offerors are required to provide a financial capability statement, substantiating documentation, and detailed pricing information for commercial items, including sales history or price quotes. All kits will be inspected and accepted at Robins AFB, GA. The document outlines various FAR and DFARS clauses governing the contract, including those related to payment, electronic invoicing via Wide Area WorkFlow (WAWF), and small business subcontracting plans.
    This government solicitation (FA857926R00010002) is a Request for Proposal (RFP) for a firm-fixed-price requirements contract for VDATS Support Equipment, specifically kits to assemble VDATS stations. Issued by the US Air Force (FA8579), the acquisition is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) with a NAICS code of 334515 and a 750-employee size standard. The contract is for a five-year period, with estimated quantities of various kits (RF, AB-19, SASI, PM, SIG GEN, VDATS XC) to be delivered to Robins AFB, GA. The solicitation includes detailed instructions for financial capability, pricing, subcontracting plans, and mandates electronic submission of payment requests via Wide Area WorkFlow (WAWF). Numerous FAR and DFARS clauses are incorporated by reference and full text, covering areas like contractor ethics, supply chain security, and prohibitions on certain foreign procurements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for a firm-fixed-price requirements contract for VDATS Support Equipment, specifically kits to assemble VDATS stations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with an emphasis on delivering various kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC, to Robins AFB in Georgia over a five-year period. The equipment is critical for the agency's operational capabilities, and the solicitation includes detailed requirements for financial capability, pricing, and subcontracting plans, along with mandates for electronic invoicing via Wide Area WorkFlow (WAWF). Interested parties should contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further information regarding the proposal submission process.
    SPE4A726R0200
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed-price contract to procure a quantity of 612 parts kits for valve overhaul, identified by NSN: 1660-004422007 and part number: 9776122-10. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The delivery of the production units is expected within 395 days, with the FOB at destination and inspection and acceptance at origin. Interested vendors can access the solicitation on or around December 10, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil.
    Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE); PR: 7005901843; NSN: 4920-015016762
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE), specifically identified by NSN 4920-015016762, with a requirement for 25 units. This equipment is critical for aircraft maintenance and repair operations, ensuring the operational readiness of the V-22 aircraft. The solicitation is set aside for small businesses, with a delivery schedule of 263 days after receipt of order, and the anticipated contract award decision will consider price, past performance, and other evaluation factors. Interested parties should prepare to submit their proposals by January 15, 2026, and may contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    NSN 1680-00-766-8274, PARTS KIT,ACTUATOR, WSDC: 04F 04F AIRCRAFT, STRATOFORTRESS B- 52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Parts Kit for the Actuator, specifically NSN 1680-00-766-8274, intended for the B-52 Stratofortress aircraft. The contract will involve a firm fixed price for a quantity of 316 units, with delivery expected 478 days after receipt of order to a designated location in Richmond, Virginia. This procurement is crucial for maintaining the operational readiness of the aircraft, and the solicitation is anticipated to be issued around January 23, 2026, with a closing date on or about February 22, 2026. Interested vendors must ensure they are registered in the System for Award Management (SAM) and may contact Donetta Nelson at Donetta.Nelson@dla.mil for further information.
    Installation Kits
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of installation kits essential for the Integrated Processor Assembly (IPA). This procurement involves a sole source contract action, as the government does not possess the technical data for these parts, which are owned by BAE Systems. The installation kits include various components such as hardware replacement assemblies and power supply units, with delivery scheduled between March and June 2027 to DLA Distribution Depot Hill. Interested parties must submit their quotations by January 16, 2026, and can reach out to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil for further inquiries.
    F-16 Test Fixture Assembly - Circuit Card Assemblies
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of various electronic and test fixture assemblies, specifically for the F-16 aircraft. The requirement includes items such as fixture assemblies and circuit card assemblies, with specific National Stock Numbers (NSNs) outlined for each component. These assemblies are critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, and must comply with stringent military standards for packaging, marking, and delivery, with proposals due as specified in the solicitation documents.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Sources Sought: ADR Vehicular Equipment Kits Survey_2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from businesses regarding the potential future acquisition of ADR Vehicular Equipment Kits. The procurement aims to identify vendors capable of producing comprehensive kits that include repair tools, safety gear, replacement parts, and training materials, essential for maintaining vehicular compliance and operational readiness. Interested parties must have a current DD 2345 certification and active registration in the Joint Certification Program (JCP) to access the associated Technical Data Package (TDP), which has restricted distribution. Responses to this notice are voluntary and due by January 13, 2026, at 2:00 PM EST, and should be submitted via email to the designated contract specialists. For further inquiries, contact Meika Cole at meika.j.cole.civ@army.mil or Diana Jones at diana.jones47.civ@army.mil.
    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.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.