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 seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, to support the 402nd Software Engineering Group at Robins AFB, Georgia. This firm fixed-price, requirements-type acquisition will span a five-year ordering period, with deliveries required to be made FOB Destination to Robins AFB. The kits are critical for maintaining and enhancing the capabilities of the VDATS system, which is essential for aircraft maintenance and repair operations. Interested offerors must submit their proposals, including financial capability statements and necessary documentation, by the specified deadlines, and can direct inquiries to Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.

    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.
    This government solicitation (FA857926R00010002) is a Request for Proposal (RFP) for the procurement of VDATS support equipment kits, specifically RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits. This is a firm fixed-price, requirements-type acquisition set aside for Women-Owned Small Businesses (WOSB), with a North American Industry Classification Standard (NAICS) code of 334515 and a size standard of 750 employees. The contract will have a five-year ordering period, with deliveries FOB Destination to Robins AFB, GA. Offerors must provide financial capability statements and substantiating documentation. Invoices will be submitted electronically via the Wide Area WorkFlow (WAWF) system. The solicitation incorporates various FAR and DFARS clauses governing business ethics, supply chain security, and payment terms, including requirements for small business subcontracting plans and restrictions on foreign purchases.
    Lifecycle
    Title
    Type
    Teradyne Kits for VDATS
    Currently viewing
    Solicitation
    Similar Opportunities
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for a firm-fixed-price requirements contract for VDATS Support Equipment, specifically kits to assemble VDATS stations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with an emphasis on delivering various kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC, to Robins AFB in Georgia over a five-year period. The equipment is critical for the agency's operational capabilities, and the solicitation includes detailed requirements for financial capability, pricing, and subcontracting plans, along with mandates for electronic invoicing via Wide Area WorkFlow (WAWF). Interested parties should contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil for further information regarding the proposal submission process.
    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.
    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.
    TEST SET,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of specialized equipment related to aircraft maintenance and repair. The contract requires a repair turnaround time (RTAT) of 56 days after receipt of the asset, with specific throughput constraints to be provided by the contractor. This procurement is crucial for maintaining operational readiness and ensuring the reliability of military aircraft systems. Interested contractors should contact Meghan Gubicza at 215-697-2782 or via email at meghan.e.gubicza.civ@us.navy.mil for further details, with the induction expiration date set for 365 days post-contract award.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    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.
    Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE); PR: 7005901843; NSN: 4920-015016762
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Link Assembly Aircraft /CTN (WSDC) V-22 Peculiar Support Equipment (PSE), specifically identified by NSN 4920-015016762, with a requirement for 25 units. This equipment is critical for aircraft maintenance and repair operations, ensuring the operational readiness of the V-22 aircraft. The solicitation is set aside for small businesses, with a delivery schedule of 263 days after receipt of order, and the anticipated contract award decision will consider price, past performance, and other evaluation factors. Interested parties should prepare to submit their proposals by January 15, 2026, and may contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.