Teradyne Kits for VDATS
ID: FA857926R0002Type: Solicitation
Overview

Buyer

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

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of Teradyne Kits for VDATS (Vehicle Diagnostic and Test System) support equipment, which will be utilized by the 402nd Software Engineering Group at Robins Air Force Base in Georgia. This firm fixed price acquisition is designated as a requirements type contract, with a performance period extending up to five years, and is limited to Teradyne Inc due to proprietary data constraints. Interested vendors, particularly Women-Owned Small Businesses, must submit proposals that include a narrative on their financial capabilities, pricing details, and compliance with a Small Business Subcontracting Plan, with all submissions directed to the primary contact, Jonathon VanBrunt, at jonathon.vanbrunt@us.af.mil. The solicitation emphasizes the importance of these kits in supporting aircraft maintenance and repair operations, with proposals due by the specified deadline outlined in the solicitation document.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, FA857926R0002, is a solicitation for Women-Owned Small Businesses (WOSB) to provide VDATS Foundation and Instrument Kits for the 402nd Software Engineering Group (SWEG) at Robins AFB, GA. This is a firm fixed price Requirements type acquisition, with orders issued for a period of five years. The solicitation includes a detailed list of VDATS kits and related components, along with estimated quantities. Offerors must provide a narrative statement on their financial capability to cover contract responsibilities and substantiating documentation. Pricing should be FOB Destination, and proposals must include cage code, UIE number, and taxpayer ID. The document emphasizes the incorporation of a Small Business Subcontracting Plan and outlines inspection and acceptance procedures at Robins AFB.
    Lifecycle
    Title
    Type
    Teradyne Kits for VDATS
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    F-16 Test Fixture Assembly - Circuit Card Assemblies
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of various electronic and test fixture assemblies, specifically for the F-16 aircraft. The requirement includes items such as fixture assemblies and circuit card assemblies, with specific National Stock Numbers (NSNs) outlined for each component. These assemblies are critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, and must comply with stringent military standards for packaging, marking, and delivery, with proposals due as specified in the solicitation documents.
    Sources Sought: ADR Vehicular Equipment Kits Survey_2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from businesses regarding the potential future acquisition of ADR Vehicular Equipment Kits. The procurement aims to identify vendors capable of producing comprehensive kits that include repair tools, safety gear, replacement parts, and training materials, essential for maintaining vehicular compliance and operational readiness. Interested parties must have a current DD 2345 certification and active registration in the Joint Certification Program (JCP) to access the associated Technical Data Package (TDP), which has restricted distribution. Responses to this notice are voluntary and due by January 13, 2026, at 2:00 PM EST, and should be submitted via email to the designated contract specialists. For further inquiries, contact Meika Cole at meika.j.cole.civ@army.mil or Diana Jones at diana.jones47.civ@army.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.
    17--PARTS KIT,JACK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Parts Kit, specifically NSN 1730006734716, with a requirement for 30 units to be delivered to DLA Distribution San Joaquin. This solicitation is part of a Combined Synopsis/Solicitation and is set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in the defense sector. The parts kit is crucial for aerospace craft launching, landing, and servicing operations, highlighting its significance in maintaining operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The solicitation will be available on the DLA's DIBBS website, and timely submissions are encouraged to ensure consideration.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the development of a Fuel System Component Test Stand, aimed at enhancing testing capabilities for military aircraft components. The procurement requires the design, installation, calibration, and training associated with the test stand, which will be executed under a Firm Fixed Price contract arrangement. This initiative is critical for ensuring the reliability and performance of aircraft fuel systems, thereby supporting operational readiness. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their offers by January 9, 2026, at 10:00 AM CST, and can direct inquiries to Sheridan Robison at sheridan.robison@us.af.mil. The project delivery period is set from January 16, 2026, to January 15, 2028, with additional stipulations regarding document access and compliance with environmental regulations.
    59--MAINTENANCE KIT,ELE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Maintenance Kit, specifically NSN 5935016037914, with a total quantity of 79 units required for delivery within 68 days after order. This procurement is crucial for maintaining electronic equipment, highlighting the importance of reliable supply chains in defense operations. The solicitation is set aside for Women-Owned Small Businesses (WOSB) and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum of 11 units. Interested vendors should submit their quotes electronically and can direct inquiries to DibbsBSM@dla.mil.
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.