AIS Engineering Services for ATE
ID: Solicitation_for_AIS_ATE_Engineering_ServicesType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8251 AFSC PZABBHILL AFB, UT, 84056-5825, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for engineering services related to the Avionics Intermediate Shop (AIS) Automatic Test Equipment (ATE) Commodities Sustainment Program at Hill Air Force Base, Utah. This sole source requirement aims to ensure the operational capability of ATE stations through sustaining engineering, software integration, maintenance, and repair activities for various test stations utilized by the USAF and international partners. The contract, which spans a period from March 1, 2026, to February 29, 2036, includes both firm-fixed-price and time-and-materials line items, with a focus on compliance with security protocols and quality standards. Interested parties can contact Piper Martin at piper.martin@us.af.mil for further details regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the F-16 Avionics Intermediate Shop (AIS) Automatic Test Equipment (ATE) Commodities Sustainment Program, managed by the 416th Supply Chain Management Squadron. The program ensures the operational capability of AIS systems worldwide by sustaining ATE components within various AIS test stations used by the USAF and international partners. BAE Systems, the contractor, will provide sustaining engineering, software integration, ATE maintenance for Government Furnished Equipment (GFE), and technical order maintenance support. Key objectives include quarterly obsolescence reports, logistics documentation, technical support to field sites and the 416 SCMS, and incorporating changes into ATE software. The contract emphasizes strict adherence to security, supply chain risk management, contingency of operations, foreign influence, and cybersecurity protocols. The contractor must maintain quality systems (ISO 9001:2015, CMMI Level 3 Certification) and comply with safety and mishap reporting requirements.
    The provided file is a technical note stating that the PDF portfolio is best viewed in Acrobat X or Adobe Reader X, or later versions. It also includes a prompt to
    The Memorandum of Agreement (MOA) between BAE Systems and AFSC/OL:H/PZABB, effective December 15, 2025, defines the terms for order proposals under contract FA8251-26-D-XXXX. This contract focuses on Sustaining Engineering for F-16 Avionics Intermediate Shop Systems, including VXI-IAIS, R-IAIS, IAIS Series Test Stations, ATE Maintenance Support, and ATE Technical Order Maintenance Support. BAE Systems will develop proposals based on Letter Requests for Order Proposal (LRFOPs), utilizing their current Forward Pricing Rate Agreement (FPRA) for direct and indirect rates. The MOA specifies a 10% profit for Firm-Fixed-Price (FFP) and 8% for Time & Materials (T&M) pricing, with profit for Non-Recurring Engineering (NRE) activities negotiated at the Task Order level. It also includes a Price Per Page (PPP) schedule for Technical Order Maintenance proposals over five years.
    The Quality Assurance Surveillance Plan (QASP) outlines the government's methods for ensuring a contractor meets performance standards for the F-16 Avionics Intermediate Shop (AIS) Automatic Test Equipment (ATE) Commodities Sustainment Program. This Sole Source, 10-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with BAE Systems, starting March 1, 2026, details monitoring procedures, responsibilities of the Program/Project Manager, Contracting Officer (CO), and Contracting Officer's Representative (COR), and performance rating definitions. The QASP, authorized under FAR Part 46, emphasizes objective evaluations, addresses combating trafficking in persons, and includes a Surveillance Matrix, Corrective Action Report (CAR), Performance Assessment Report (PAR), and Customer Complaint Form. The COR is central to oversight, documenting performance, and addressing deficiencies to ensure mission success.
    This government solicitation, FA825126RB001, is a Request for Proposal (RFP) issued by FA8251 AFSC PZABB, Hill AFB, UT, for AIS ATE Commodities Sustainment. The contract, rated under the Defense Priorities and Allocations System (DPAS), covers data, sustaining engineering, NRE activities, software integration and maintenance, tech order maintenance, and ATE maintenance and repair for AdC AIS, IAIS, VXI-IAIS, and R-IAIS test stations. The contract includes both firm-fixed-price and time-and-materials line items, with a period of performance from March 1, 2026, to February 29, 2036. Key clauses include requirements for electronic invoicing via Wide Area WorkFlow (WAWF), adherence to various FAR and DFARS clauses, and prohibitions related to the Federal Acquisition Supply Chain Security Act (FASCSA) Orders, specifically DoD FASCSA Orders.
    This government file, Wage Determination No. 2015-5635 Revision No. 28, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in San Diego County, California. It specifies different minimum wage rates based on the contract award date and relevant Executive Orders (14026 or 13658). The document details hourly wage rates for numerous occupations across various fields, including administrative support, automotive, healthcare, and technical roles. It also covers fringe benefits such as health and welfare, paid vacation, and eleven paid holidays. Special provisions address computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. A conformance process is detailed for classifying unlisted occupations to ensure fair compensation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.
    J&A Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole source procurement for a specialized Automatic Test Equipment (ATE) system to be utilized at White Sands Missile Range in New Mexico. The required ATE must possess high current and high voltage capabilities, including the ability to provide precise voltage measurements and high-speed data acquisition across a range of voltages and currents. This equipment is critical for testing electrical and electronic properties, ensuring the reliability and performance of military systems. Interested vendors can reach out to Joyce Frost at joyce.m.frost6.civ@army.mil or by phone at 575-678-5305 for further details regarding this opportunity.
    LADS III Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and repair services for the Laser Automated De-Coating System III (LADS III) at Hill Air Force Base in Utah. The contractor will be responsible for annual evaluations, calibration, preventative maintenance inspections, and remote support for unplanned maintenance as needed. This opportunity is crucial for ensuring the operational readiness and reliability of the LADS III system, which plays a significant role in aircraft component maintenance. Interested parties are encouraged to respond to this Sources Sought notice by providing their business information and capabilities, with inquiries directed to Willie Little at willie.little@us.af.mil or Rosita Crawford at rosita.crawford@us.af.mil.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting a Sole Source Requirement for the repair of the Air Data Processor (ADP) under contract FA8538-26-R-0005. This Firm Fixed Price contract involves providing all necessary parts and labor to test and repair the ADP, which is critical for the performance of the F-15E aircraft, and will be executed as a Direct Sales Partnership Agreement with the Government. The contract is set for a duration of one year, with a total quantity of 50 units to be repaired, and is intended to be awarded to Honeywell International, the only known source with the requisite technical data and capabilities. Interested parties should note that the solicitation will be issued on December 3, 2025, with proposals due by January 30, 2026, and can contact Madison Norris at madison.norris@us.af.mil for further information.
    TRANSMITTER SUBASSE (26-R-0265)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the acquisition of three Transmitter Subassemblies (NSN: 5840-01-617-0146) for the UMTE weapon system. The procurement requires qualified sources, specifically DRS Training and Control Systems and Applied Systems Engineering Inc., to meet stringent requirements including First Article testing, production articles, and a Counterfeit Prevention Plan. These components are critical for search, detection, navigation, and guidance systems, emphasizing their importance in military operations. Interested vendors should contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or 385-591-3547 for further details, as the solicitation does not have a set-aside and adheres to various military standards for packaging and quality assurance.
    F-16 Installation Tool Kit, B
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.
    System Engineering Services
    Dept Of Defense
    The Department of the Air Force is seeking responses from qualified businesses for a potential firm-fixed-price contract to provide System Engineering Support for the Air Force Global Strike Command, as outlined in Sources Sought Notice FA6800-26-RFI0001. The requirements include expertise in ICBM weapon systems, helicopter operations, and nuclear security forces, encompassing planning, analysis, problem resolution, and testing, with a contract duration of 12 months and four optional years starting March 28, 2026. This support is critical for maintaining operational readiness and effectiveness in strategic defense operations. Interested parties must respond by January 9, 2026, providing necessary company details and qualifications to 1st Lt Krystal Ruiz-Velez at krystal.ruiz-velez@us.af.mil.
    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.
    Sole Source - Contractor Engineering Technical Services (CETS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Sole Source Contractor Engineering Technical Services (CETS) to provide specialized on-site technical support essential for the operation and maintenance of various weapon systems. These services are critical for ensuring that the Air Force can effectively accomplish its assigned missions, as CETS contracts facilitate the sharing of up-to-date technical information and training from Original Equipment Manufacturers (OEMs) to operational commands. The CETS personnel will play a vital role in developing an organic Engineering Technical Services (ETS) capability within the Air Force, as current operational units have not yet achieved the necessary proficiency to independently provide this technical assistance. Interested parties can reach out to Sonia L. Johnston at sonia.johnston@us.af.mil or Alex Heller at alex.heller@us.af.mil for further inquiries regarding this opportunity.