AIS Technical Order Maintenance
ID: FA825125RB002_SolicitationType: 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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AIS Technical Order Maintenance contract to support F-16 avionics systems at Hill Air Force Base in Utah. The contractor will be responsible for revising and maintaining the F-16 AIS Series of Test Stations Technical Orders, ensuring they remain current and accurate to meet operational needs. This work is critical for the effective use of the F-16 avionics suite, involving tasks such as incorporating government-directed changes, drafting and editing technical documents, and managing quality checks prior to publication. Interested vendors should note that the performance period is set from July 1, 2025, to June 30, 2026, and must direct inquiries to Christian Barwick or Heidi Hodgson via their provided emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 establishes the Contract Data Requirements List (CDRL) for government contracts, specifically for the management and submission of data items. This document requires information such as contract details, contractor identity, data item descriptions, report frequency, and distribution guidelines. The primary focus is on ensuring that contractors submit reports electronically, such as the Contractor's Progress and Status Report, which must be released monthly by the 20th of each month, covering activities from the 16th to the 15th of the following month. Enhanced security measures are prescribed, including export control warnings and destruction notices for classified documents. The form also outlines preparation and approval processes, establishing a structured method for managing data submissions, thereby ensuring compliance with Department of Defense regulations. Overall, the purpose of this document is to standardize and regulate data reporting requirements in government contracts, emphasizing efficiency and security in data management practices.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a specified data item related to the AIS Sustainment contract with BAE Systems. The form mandates that all data deliveries follow the specified Technical Manual Contract Requirements (TMCR) and be submitted in English. It emphasizes the importance of including relevant distribution statements, export control warnings, and destruction notices for technical documents. The contractor is responsible for ensuring compliance with the provided guidance, including submission timelines and required formats. The form requires detailed entries regarding the data item, including title, authority, and approval signatures. It categorizes data items into groups based on their essentiality to contract performance, facilitating the estimation of associated costs. Overall, the document serves a crucial role in governing data management and compliance within federal contracting, ensuring that contractors provide necessary technical data effectively while adhering to regulatory standards.
    The document is currently inaccessible due to a technical issue, as it only provides guidance on upgrading Adobe Reader. Without the actual content of the file, a comprehensive summary or analysis cannot be performed. Therefore, it cannot be determined what key ideas, supporting details, or structure are present in the file regarding federal grants, RFPs, or state/local RFPs. Access to the full document is necessary to extract relevant information and create a coherent summary.
    This document outlines a federal Request for Proposals (RFP) aimed at soliciting qualified vendors for various projects related to federal grants and state/local RFPs. The main purpose is to establish guidelines for submission, detailing eligibility criteria, evaluation processes, and project objectives. Key points include the importance of aligning proposals with government priorities, demonstrating technological capability, and ensuring compliance with regulatory requirements. Additionally, the document specifies deadlines for submissions and outlines the selection criteria based on quality, cost-effectiveness, and the vendor's track record. It emphasizes the need for clear specifications and deliverables in proposals to facilitate rigorous assessment during the selection process. This RFP is crucial for fostering competitive bidding, enhancing transparency in government contracting, and ensuring that the selected projects meet public needs efficiently and effectively.
    The document outlines a federal government Request for Proposal (RFP) related to a rated order under the Defense Priorities and Allocations System (DPAS). The solicitation includes technical order maintenance support, with two primary items listed: a quantity of 2,220 units of technical order maintenance services and one lot for specific data deliverables. The performance period for these services is set between July 1, 2025, to June 30, 2026. The contract includes instructions for submitting offers, payment procedures, and acceptance standards, emphasizing compliance with various Federal Acquisition Regulation (FAR) clauses. Additionally, the document encompasses detailed provisions for the inspection, packaging, contract administration, and special requirements related to the execution of contractor services. The solicitation also reinforces the importance of small business utilization and outlines criteria for the acceptance of bids. Overall, this RFP serves as a framework for government procurement while ensuring adherence to statutory and regulatory standards within defense contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manufacture the F-16 Interface Unit, Communications (NSN: 5895-01-354-4287, P/N: 16E4023-5) at Altus AFB in Oklahoma. Offerors must meet stringent qualifications, including certifications related to facilities, equipment, and manufacturing capabilities, with an estimated cost of $12,500 for necessary testing and evaluation, which includes dimensional verification and electronic testing. This procurement is critical for ensuring that the F-16 Interface Unit meets the high standards required for military applications, with a qualification completion time projected at 180 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details.
    F-16 Electronic Component
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of eight electronic components for the F-16 aircraft, specifically identified by NSN 5998-01-322-7746. The opportunity focuses on Bare Printed Circuit Board Manufacturing, requiring adherence to strict military and commercial packaging and marking standards, including MIL-STD 2073-1 and MIL-STD 129, to ensure compliance and safety during shipment and storage. This procurement is critical for maintaining the operational readiness of the F-16 fleet, with a required delivery date set for November 30, 2027, and a Counterfeit Prevention Plan due 30 days after contract award. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details.
    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.
    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.
    F-16 Test Set, Pneumatic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two Pneumatic Test Sets (NSN: 4920-99-575-1342) specifically designed for F-16 aircraft. This opportunity is open to qualified sources, including BAE Systems and Druck Limited, and requires compliance with various standards, including ISO 9001:2000, as well as adherence to specific packaging and marking requirements outlined in military standards. The procurement is critical for maintaining the operational readiness of F-16 aircraft, ensuring that the necessary equipment is available for maintenance and repair. Quotations are due by January 16, 2026, and interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    F-16 Multimeter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of an F-16 Multimeter, specifically NSN 6625-01-546-2044. This opportunity is a total small business set-aside under NAICS code 334515, and it requires compliance with various standards, including ISO 9001:2015 and Item Unique Identification (IUID) marking per MIL-STD-130, alongside a counterfeit prevention plan. Proposals are due by January 21, 2026, with a required delivery date for the multimeter set for March 24, 2027. Interested parties can reach out to April Blakeley at april.blakeley@us.af.mil for further information.