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
    HMIT Test Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    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.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    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.
    Facilities Other Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Facilities Other Maintenance (FOM) program at Hill Air Force Base in Utah. This procurement aims to enhance aircraft asset management and minimize mechanic downtime through the implementation of the Overhead Production Support-Facilitate Other Maintenance (OPS-FOM) program, which will operate under the existing Operations Facilities Support (OPS) contract (FA8224-23-D-0001) via task orders. The initiative is part of a broader effort to improve operational efficiency and financial predictability, transitioning to an organic workforce within 18 to 24 months. Interested parties can contact Shelly Bachison at shelly.bachison@us.af.mil or by phone at 801-586-8606 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.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    Sole Source Combined Synopsis/Solicitation - Alta Data parts Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is issuing a sole source combined synopsis/solicitation for the procurement of specialized PCI Express cards and SCSI cable assemblies from Alta Data Technologies, LLC. The requirement includes the purchase and shipment of three units each of the PCIE4L-1553-4F-AT interface modules and SCSI-1553-4-01-T cable assemblies, which are critical for the Embedded Diagnostics System Re-Engineering Proof of Concept at Robins Air Force Base in Georgia. These components are essential for system test capabilities within the C5 Systems Integration Lab, and their proprietary nature necessitates sourcing exclusively from Alta Data Technologies to avoid significant project delays and additional costs. Interested parties can reach out to primary contact Margaret Gaskill at margaret.gaskill.1@us.af.mil or secondary contact Teresa Duval at teresa.duval@us.af.mil for further information. The delivery of the products is required within 60 days of contract award, and the procurement falls under NAICS code 334515.
    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.