76043 - F-15 EX PACS EULA URGENT
ID: FA857925R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
  1. 1
    Posted Oct 28, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 6, 2024, 12:00 AM UTC
  3. 3
    Due Dec 6, 2024, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of an End User License Agreement (EULA) for the F-15 EX Programmable Armament Control Set (PACS) under solicitation FA857925R0002. This procurement aims to secure a 10-year EULA that includes proprietary software PACS 170/180 code, which is critical for analyzing PACS problem reports and updating the associated F-15 source code, thereby enhancing the operational readiness of the F-15 program. The contract is set aside for Women-Owned Small Businesses (WOSB) and emphasizes the importance of compliance with federal acquisition regulations, including delivery within 30 days post-award and adherence to various labor and environmental standards. Interested parties should contact Patrick Hulett at patrick.hulett@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further details.

Point(s) of Contact
Files
Title
Posted
Dec 6, 2024, 10:11 PM UTC
The document pertains to an RFP from the 402nd Software Engineering Group (SWEG) at Robins Air Force Base, which seeks to acquire an End User License Agreement (EULA) for the F-15 EX Programmable Armament Control Set (PACS). This acquisition aims to facilitate a comprehensive analysis of PACS problem reports and updates to the associated F-15 source code. The specifications outline the requirement for a 10-year EULA that includes proprietary software PACS 170/180 code, without commercial warranty standards, given its non-commercial nature. The EULA must be delivered to a specified email address or, if necessary, via mail to the provided address at Robins AFB, within 30 days of the award. This request underscores the need for updated software capabilities for the F-15 program, essential for maintaining operational readiness and technical support. The focus on institutional support and technical enhancements reflects a commitment to the modernization of military operational systems.
Dec 6, 2024, 10:11 PM UTC
This document is a solicitation for a government contract (FA857925R0002) specifically aimed at Women-Owned Small Businesses (WOSB) for commercial products and services. The contract involves delivering software for the F-15 platform, with a focus on a product called "F15 EX PACS Executive Library." Key aspects include the required delivery timeframe of 30 days after the award date, submission guidelines for invoices, and the incorporation of several federal acquisition regulations. The solicitation establishes set-aside conditions for small businesses, offering opportunities to economically disadvantaged and service-disabled veterans. It details the contractual obligations including delivery addresses, payment procedures, and electronic invoicing systems via Wide Area Workflow (WAWF), ensuring compliance with Defense Federal Acquisition Regulation Supplement (DFARS). Additionally, the document makes references to various clauses related to labor laws, subcontracting, and environmental requirements. This solicitation aligns with the federal government's initiative to support small businesses, particularly those owned by women, thereby promoting inclusivity in government contracts while ensuring performance standards and regulatory compliance.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition. The primary objective of this procurement is to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution, which is crucial for enhancing the cybersecurity measures of the F-16 aircraft. This acquisition is a 100% small business set-aside under NAICS code 334412, with an estimated contract value of $9.9 million and an anticipated award date in September 2025. Interested vendors must submit a controlled document access request through SAM to obtain the necessary secure attachments, and proposals are due by May 2, 2025; for further inquiries, contact Laurie Auernig at laurie.auernig@us.af.mil or Marcella Iverson at marcella.iverson@us.af.mil.
FA823225ESA - F-16 Avionics Hardware and Software Integration - Sources Sought
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking engineering services for the modification of Operational Flight Program (OFP) software and hardware integration for the F-16 aircraft, specifically targeting five subsystems including the Commercial Central Interface Unit (CCIU) and Advanced Color Multi-Function Display (ACMFD). This procurement is critical for enhancing the operational capabilities of the F-16 systems, with the government planning to award a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, anticipated in May 2025, under sole-source authority to ELBIT Systems of America. Interested vendors are invited to submit capability statements within 45 days of the notice, and inquiries should be directed to Contract Specialist Kayla Flores at kayla.flores@us.af.mil or by phone at 801-777-3280.
Request for Proposal - F-15 Armament Test Set Circuit Card Assmeblies (CCAs)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting proposals for the procurement of various Circuit Card Assembly (CCA) National Stock Numbers (NSNs) in support of the F-15 armament. This procurement is critical for maintaining the operational capabilities of the F-15 aircraft, with an estimated delivery timeline of 180 days after receipt of order (ARO). The contract will be awarded on a sole-source basis to The Boeing Company, with proposals due by May 23, 2024, and an anticipated award date on or before September 30, 2025. Interested parties can contact Robert Berg at robert.berg.9@us.af.mil for further information regarding this opportunity.
F-15 Elastomer Pad (FA8203-25-Q-0003)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of elastomer pads (NSN 1680-01-691-7833) essential for aircraft clamp blocks under solicitation FA8203-25-Q-0003. The contract is set aside for small businesses and emphasizes compliance with the Buy American Act, with a delivery date required by April 28, 2025. These elastomer pads are critical components in maintaining the operational integrity of the F-15 aircraft, reflecting the government's commitment to acquiring high-quality materials for defense applications. Interested contractors should direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil, and must adhere to specific qualification and packaging requirements as outlined in the attached documents.
Ametek PATS Auxiliary Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the acquisition of a PATS-70A Auxiliary Unit from Ametek, to be delivered to the 309th Software Engineering Group at Hill Air Force Base, Utah. This procurement is classified as a sole-source requirement, necessitating the delivery of the unit within 22 weeks after receipt of order (ARO) and adhering to federal acquisition regulations. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing both price and technical capability. Interested vendors must submit their offers electronically by April 30, 2025, and direct any inquiries to the contracting officer, Audrey Lee, at audrey.lee.3@us.af.mil or Christa Phillips at christa.phillips.1@us.af.mil.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within supply chains. The software must provide comprehensive data on organizations, including company backgrounds, financial health reports, and risk assessments, to facilitate informed decision-making regarding supply chain risks. This procurement is crucial for ensuring compliance with federal oversight and regulations, with proposals due by 3:00 PM EST on April 28, 2025, and should be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew. The anticipated award date for the contract is May 5, 2025.
FA812525Q0055 - A25-041 UniWest EVI Unit (Brand Name)
Buyer not available
The Department of Defense, specifically the Air Force, is soliciting proposals from qualified small businesses for the acquisition of a UniWest Advanced Eddy Current Instrument and related equipment, under the solicitation FA812525Q0055. The procurement aims to secure portable equipment capable of generating encoded C-Scan results for on-site aircraft inspections, which is critical for maintaining aircraft safety and operational readiness. This initiative underscores the Air Force's commitment to utilizing advanced testing technology while promoting diversity in procurement by encouraging participation from Women-Owned Small Businesses (WOSB). Interested vendors should direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil, with proposals due within the specified timeline for delivery to Tinker Air Force Base.
Brand Name - Mathworks LicenseRenewals
Buyer not available
The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.