Operator Console
ID: FA822225QCNSLType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC OL H PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

CABINETS, LOCKERS, BINS, AND SHELVING (7125)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide an Operator Console for the 309th Software Engineering Group at Hill Air Force Base, Utah. This procurement is a sole-source requirement, emphasizing the need for customized console systems that integrate seamlessly with existing setups, as outlined in the Single Source Justification document. The selected contractor will be responsible for delivering the specified equipment within 60 days after receipt of order, with offers due electronically by May 5, 2025. Interested parties should contact Audrey Lee at audrey.lee.3@us.af.mil or Jesse Ball at jesse.ball.1@us.af.mil for further details and must be registered with the System for Award Management (SAM) to participate in the bidding process.

    Files
    Title
    Posted
    The document serves as a combined synopsis/solicitation for a Request for Quotation (RFQ) issued by the U.S. government, specifically for the provision of an Operator Console to the 309th Software Engineering Group at Hill AFB, Utah. The solicitation number is FA8222-25-Q-CNSL, and it is categorized as a sole-source requirement, meaning the contract will be awarded to one specific supplier meeting the government's needs. Offers are due electronically by May 5, 2025, and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) basis, emphasizing both cost and technical specifications. Contractors responding to this RFQ must be registered with the System for Award Management (SAM) and include requisite representations and certifications. The shipping responsibility lies with the contractor, with delivery to be completed 60 days after the receipt of the order. The document outlines numerous FAR clauses and provisions governing the contract, emphasizing compliance with various federal regulations, including those related to labor laws and cybersecurity standards. Interested parties have the option to contact an appointed ombudsman to address concerns during the solicitation process, ensuring transparency and confidentiality. Overall, the solicitation aims to procure specialized equipment while adhering to federal procurement guidelines.
    The Equipment List Instructions outline the protocol for acquiring supplies and services, particularly focusing on the purchase of equipment and software within federal and local government frameworks. The document emphasizes the need to identify specific acquisition types—such as service, supply, or software renewal—and to detail delivery timelines, shipping addresses, and points of contact. It requires a structured line item format for clarity in procurement, including essential identifiers like manufacturer part numbers and distinct delivery schedules. The guidelines stress careful verification of part numbers to avoid obsolete selections and highlight the importance of including both new and renewal software licenses with specified coverage periods. The document also mandates comprehensive market research to meet government needs effectively while preventing delays in the acquisition process. Overall, the instructions serve as a critical framework for ensuring transparent and efficient procurement practices in line with government standards.
    The document outlines a Single Source Justification for the acquisition of customized console systems from Evans Federal Solutions for the 30th SLD. The requested items include various components such as slatwall systems, fixed shelves, wire basket trays, and power grommets, all tailored to fit the existing operator consoles. The justification emphasizes that Evans is the sole manufacturer capable of producing consoles that integrate seamlessly with current setups; switching to another vendor would entail extensive engineering redesign, increased costs, and additional resources. An attempt to solicit competitive bids from GSA and NASA platforms yielded no responses, confirming the necessity of a sole source acquisition. The document acknowledges that future purchases may still require brand-name justifications while expressing a commitment to exploring potential alternatives once compatible innovations emerge. Ultimately, the justification highlights the importance of maintaining system compatibility and minimizing disruptions within the operational environment.
    The file outlines a step-by-step process for companies to access the Supplier Performance Risk System (SPRS) and comply with NIST SP 800-171 cybersecurity requirements. Initially, companies must register in the Procurement Integrated Enterprise Environment (PIEE) and establish a Contractor Administrator (CAM) to manage roles. An internal System Security Plan (SSP) is necessary for performing the NIST assessment, with specific templates and guides provided. Companies must then conduct the NIST assessment and, if scoring below 110, prepare a Plan of Action. Key regulatory directives under DFARS 252.204-7019 and 252.204-7020 require contractors to maintain up-to-date assessments in SPRS and ensure subcontractors do the same. Access to government facilities and systems may be necessary for higher-level assessments. This guidance ensures that cybersecurity measures meet federal standards for contract eligibility, focusing on protecting sensitive information in government contracts and grants. The information is critical to maintaining compliance and securing federal opportunities.
    Lifecycle
    Title
    Type
    Operator Console
    Currently viewing
    Combined Synopsis/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.
    AIS Engineering Services for ATE
    Dept Of Defense
    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.
    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.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    CONSOLE INFRASTRUCT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of console infrastructure, specifically focusing on bare printed circuit board manufacturing. This contract requires the successful contractor to meet various quality assurance and inspection standards, ensuring that all items conform to the specified requirements, including compliance with MIL-STD-130 for marking and identification. The goods are critical for military applications, emphasizing the importance of reliability and adherence to stringent quality controls. Interested vendors should direct inquiries to Trevor Monn at 385-591-3439 or via email at TREVOR.L.MONN@DLA.MIL, with proposals due by the specified deadline for submission.
    F-16 Aircraft Seat HUD Monitor (ASHM) for United States Air Force (USAF)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking sources for the repair and manufacturing of the F-16 Aircraft Seat HUD Monitor (ASHM), part number 46431110-30. This Sources Sought Synopsis aims to identify potential contractors capable of providing these services, which are critical for maintaining the operational readiness of F-16D aircraft. Interested parties must demonstrate relevant experience and qualifications, as the repair of this complex component is essential to prevent mission degradation and ensure the safety of aircraft and crew. Responses are due by January 9, 2026, at 4:55 PM MST, and interested contractors should contact Veronika Pett or Adriana Perez-Mares for further information.
    Hill Industry Day Quad Charts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Hill Industry Day, focusing on the submission of Full and Abbreviated Quad Charts related to various contracting opportunities. The procurement aims to address critical needs for repairs and new buys of aircraft components, including those for the F-16, T-38, C-5, B-1, and B-52 fleets, as well as ICBM Minuteman III systems and Space & C3I Radar Systems. These opportunities are vital for maintaining the operability and readiness of military assets, particularly in light of obsolescence issues and repair backlogs. Interested vendors should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 777-2211 for further details and to participate in the upcoming discussions.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Solicitation for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of control columns (NSN: 1680-01-527-8154FG & 1680-01-527-8153FG) under solicitation number FD20302501098. This procurement involves a 5-year Firm-Fixed Price Indefinite Quantity Contract, with estimated delivery of 5 to 25 units for one NSN and 5 to 15 units for the other, to be supplied at a rate of 5 units every 60 days. The control columns are critical components for aircraft, ensuring operational safety and functionality, and the work will be performed at a facility in S Coffeyville, Oklahoma. Interested contractors should contact Amy Gil at amy.gil@us.af.mil or call 405-739-4810 for further details, with proposals expected to adhere to stringent quality and reporting standards as outlined in the associated documentation.