VPI VHF Probe Kit
ID: FA8227-25-Q-6001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AIR FORCE MATERIEL COMMAND OL H PZIMBHILL AFB, UT, 84056-5805, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VHF Probe Kit essential for the Non-Destructive Inspection (NDI) of B-2 aircraft at Hill Air Force Base in Utah. This procurement aims to replace outdated equipment with a kit that includes VHF probes, electrode plates, USB cables, and a Panasonic Toughbook, all necessary for maintaining operational readiness and compliance with military inspection standards. The solicitation is a sole-source procurement due to the proprietary nature of the required inspection software, and proposals must be submitted electronically by April 10, 2025, with a delivery timeline of 20 weeks post-acceptance. Interested contractors should contact Hugo Ruano Gutierrez at hugo.ruano_gutierrez.1@us.af.mil or 801-586-6992 for further details.

    Files
    Title
    Posted
    The Department of the Air Force is soliciting quotations for a VHF Probe Kit through a single-source procurement with Ludlum Measurements Inc. under solicitation number FA8227-25-Q-6001. This request aims to acquire a kit essential for the Non-Destructive Inspection (NDI) of B-2 aircraft to replace outdated equipment. The kit includes various components such as VHF probes, electrode plates, a transit case, USB cables, and a Panasonic Toughbook, all required for effective operational capability. The solicitation restricts the offer to a single source and emphasizes compliance with federal acquisition regulations. Proposals must be submitted electronically by April 10, 2025, with a delivery period of 20 weeks after the offer is accepted. Additionally, potential contractors must be registered in the System for Award Management (SAM) and must provide a Cage code with their offers. The document incorporates several federal clauses to ensure compliance with legal and regulatory requirements. The Air Force reserves the right to cancel the solicitation without obligation to reimburse expenses incurred by bidders. This opportunity illustrates the Air Force's commitment to maintaining technical operations and pursuing modern equipment to ensure effectiveness in mission-critical tasks.
    The U.S. Air Force is issuing a Request for Proposal (RFP) for a VHF probe kit essential for Non-Destructive Inspection (NDI) of B2 assets. This sole source procurement is due to the proprietary nature of the inspection software tied to the T249 Northrup Grumman T specification. The kit must include two VHF probes, a small and large electrode plate, USB cables, and a Panasonic Toughbook, with all software pre-installed. Additionally, a transit case for the probes is required. The contractor is expected to provide a standard 30-day warranty and deliver the equipment within a 20-week lead time to Hill Air Force Base. This purchase is critical to ensure the operational readiness of the B2 mission. The document outlines specific product specifications and quantities, affirming the uniqueness of the components required for achieving compliance with military inspection standards.
    Lifecycle
    Title
    Type
    VPI VHF Probe Kit
    Currently viewing
    Combined Synopsis/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.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 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.
    Nicolet iS50 Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of the Nicolet iS50 laboratory analytical instrument located at Hill Air Force Base, Utah. This procurement involves a full-service maintenance and support plan, which is designated as a single-source acquisition to Thermo Electron North America LLC, the sole manufacturer and service provider for this equipment. The contract will cover a base year and four one-year options, with a performance period from February 6, 2026, to February 5, 2031, and requires compliance with various federal regulations, including labor standards and cybersecurity measures. Interested parties must submit their offers by 1500 MT on December 15, 2025, via email to the primary contact, Nichole Saucedo, at nichole.saucedo@us.af.mil.
    Material Test System (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) FA822725Q4910 for calibration services of the Material Test System (MTS) and High Rate Propellant Test System (HRPTS) at Hill Air Force Base, Utah. This procurement is a Sole Source award to MTS Systems Corporation, which will provide essential calibration services for the 582nd Missile Maintenance Squadron, ensuring the systems operate within design specifications critical for the Air Force Nuclear Weapons Center's Aging and Surveillance Program. Proposals are due by December 15, 2025, at 3:00 p.m. MST, with questions accepted until December 10, 2025, at 3:00 p.m. MST; interested vendors should submit their quotes via email to Contract Specialist Rachel Wright and Contract Officer Melissa Huston.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    AN_APG66_Transmitter_NSN5960014448163_PN588R901H02_ElectronTube
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the procurement of an Electron Tube, identified by NSN 5960-01-444-8163 and P/N 588R901H02, intended for use in the F-16 A/B AN/APG-66 Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to manufacture, inspect, and test the item in compliance with government specifications, as well as provide a qualification test plan and a pre-contract award qualification article for evaluation. This procurement is critical for maintaining the operational capabilities of military aircraft, and potential vendors should be prepared for a qualification process estimated to take approximately 180 days, with associated costs around $3,000. For further inquiries, interested parties can contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.