Avionics Intermediate Shop Systems Support
ID: FA825124R0011Type: 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, through the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Systems Support contract, aimed at sustaining Automatic Test Equipment (ATE) components critical for the operational capability of avionics systems worldwide. The procurement focuses on engineering services necessary for maintaining ATE Full Mission Capability in support of the F-16 weapon system, which is vital for the health of avionics testing stations utilized by the U.S. Air Force and allied nations. The contract performance period is set to begin on January 1, 2025, with an option to extend through February 28, 2026, and interested contractors must submit their proposals by the deadline of November 8, 2024. For further inquiries, potential bidders can contact Heidi Hodgson at heidi.hodgson@us.af.mil or Christian Barwick at Christian.Barwick@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the federal and state-level processes for securing funding through Requests for Proposals (RFPs) and grants. It emphasizes the importance of clear communication of project objectives, eligibility criteria, and compliance with regulations. The structured approach includes a timeline for submission, evaluation criteria, and funding allocation details. Key ideas include the necessity for applicants to present a convincing case for their project's alignment with government priorities, financial accountability, and potential community impact. The document also highlights the role of competitive bidding in ensuring transparency and efficiency in the grant allocation process. Additionally, it stresses the importance of post-award compliance and reporting requirements, which are vital for maintaining funding eligibility for future projects. Overall, the document serves as a comprehensive guide for organizations seeking federal and state support, reinforcing the strategic nature of such funding initiatives in driving public sector goals.
    The Performance Work Statement (PWS) outlines the requirements for the F-16 Avionics Intermediate Shop (AIS) Automatic Test Equipment (ATE) Commodities Sustainment Program, aimed at ensuring operational capability globally. The scope includes tasks for sustaining ATE components at various test stations used by the U.S. Air Force and allied nations. Key responsibilities for the contractor, BAE Systems, encompass commodity sustaining engineering, software integration and maintenance, and maintenance of government-furnished equipment (GFE). The document details expectations for performance objectives, such as timely reporting, technical support, inventory management, and compliance with quality and safety standards. It specifies deliverables, like quarterly sustainment reports and technical documents, while emphasizing the need for rigorous software updates and maintenance of ATE systems. The overarching purpose of the PWS is to manage engineering tasks that ensure 95% Fully Mission Capable status for F-16 test equipment through proactive maintenance and continuous improvements. It serves as a critical agreement for both the government and the contracting party, defining the framework for sustaining essential avionics testing capabilities.
    The document is an amendment to a solicitation issued by the Department of the Air Force, specifically the Directorate of Contracting at Hill Air Force Base. The amendment, identified as FA8251-24-R-0011-0001, aims to extend the deadline for offers to November 8, 2024, and includes the requirement to attach a DD254 form. The solicitation encompasses engineering services and data requirements with specified periods of performance from January 1, 2025, to February 28, 2025, and further extends into option years until February 28, 2026. Key details include various service categories, limitations of liability, and quality assurance standards, particularly adhering to ISO 9001-2015. Furthermore, the document lists several attachments, such as a Performance Work Statement and Contract Data Requirements List. It underscores the importance of compliance with inspection, acceptance procedures, and the requirement for acknowledgment of the amendment by potential contractors, highlighting the structured nature of federal contracting processes and the necessity for precise documentation.
    The document is a solicitation (FA8251-24-R-0011) issued by the Department of the Air Force for contracting services, specifically aimed at procuring engineering services, travel, and related data management work compliant with Defense Priorities and Allocations System regulations. It outlines the submission details for contractors, specifying a deadline for sealed bids by October 24, 2024, and a performance period starting January 1, 2025, with various line items for proposals. The solicitation includes sections detailing the required services, quality assurance standards (with reference to ISO 9001:2015), inspection and acceptance criteria, and delivery schedules. Additionally, it emphasizes compliance with government regulations related to small businesses and affirms the prohibition on contracting with certain entities deemed unfavorable regarding U.S. national security. The document serves as a comprehensive guideline for potential bidders, ensuring they understand the implications of their proposals in relation to performance standards and statutory obligations. Overall, the solicitation reflects the government's commitment to transparency and adherence to federal acquisition regulations while encouraging small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing critical support for the F-16 avionics systems. The contractor will be responsible for systems integration, technical services, and sustainment activities to ensure operational readiness and reliability of avionics testing systems utilized by the U.S. Air Force and allied forces. This initiative is vital for maintaining mission capabilities and addressing obsolescence issues within the avionics systems, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties should direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or Shauna Vanderschaaf at shauna.vanderschaaf@us.af.mil, with a deadline for questions set for October 1, 2024, and proposal submissions due by November 15, 2024.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a range of requirements such as the development of production surge and counterfeit prevention plans, as well as various reporting obligations related to government property and inventory management. These items are critical for maintaining operational efficiency in military aviation, ensuring that aircraft avionics systems function reliably. Interested contractors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil.
    Automatic Test Systems Acquisition - I (ATSA-I)
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for the Automatic Test Systems Acquisition - I (ATSA-I) to establish Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement aims to support the lifecycle of various Automatic Test Systems (ATS) utilized by the U.S. Air Force and allied forces, focusing on areas such as sustainment, integration, and digital engineering. The total contract value is estimated at $980 million over a ten-year period, with proposals due by November 8, 2024, at 3:30 PM EST. Interested parties can direct inquiries to Sandra E. Harvey or Jonathan R. Riggins via their provided email addresses.
    F-16 Plug In
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting qualified sources for the procurement of a Plug-In Unit for the F-16 aircraft, specifically restricted to BAE Systems (CAGE 12436). This acquisition involves the manufacturing of Bare Printed Circuit Boards and requires adherence to stringent military specifications, including compliance with engineering standards and secure handling of sensitive data. The opportunity underscores the importance of maintaining safety and reliability in military electronic products, with a focus on traceability and proper packaging as outlined in the associated documentation. Interested vendors can contact Michelle Mihu at michelle.mihu@us.af.mil for further details, with submissions due by October 31, 2024, and pricing held for 120 days post-deadline.
    F-16 ELECTRONIC COMPONENT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of electronic components for the F-16 aircraft, specifically two units of NSN: 5998-01-322-7746. The procurement requires adherence to stringent military standards for preservation, packaging, and marking, as outlined in the Statement of Work (SOW), which emphasizes compliance with various Department of Defense regulations and international guidelines. These components are critical for maintaining the operational readiness and safety of the F-16 fleet, reflecting the government's commitment to quality control in military aviation. Interested contractors must submit their quotations by November 4, 2024, and can direct inquiries to Kody Quayle at kody.quayle@us.af.mil.
    F-16 Circuit Card Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of one Circuit Card Assembly, specifically part number 2809876-4, associated with the F-16 aircraft. This procurement emphasizes strict adherence to military specifications, including the use of leaded solder and compliance with unique identification standards as outlined in MIL-STD-130, ensuring reliability and performance critical to national security. Interested contractors must respond to the Request for Quotation (RFQ) SPRHA4-24-Q-9976 by October 25, 2024, and are required to submit a First Article Test Report along with their proposals. For further inquiries, potential bidders can contact Travis Bodily at travis.bodily@us.af.mil.
    Repair of the F-15 Enhanced Engine Monitor Display (EEMD)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the F-15 Enhanced Engine Monitor Display (EEMD) under solicitation notice FA8538-25-R-0001. This procurement involves a Firm Fixed Price Requirements contract for the repair of a specific electronic component, with a total contract duration of five years, including an initial 12-month basic ordering period followed by four additional 12-month ordering periods. The successful contractor will be responsible for ensuring compliance with performance standards and federal regulations, reflecting the critical need for reliable equipment in defense operations. Interested parties should direct inquiries to Contract Specialist Lauren Mitchell at lauren.mitchell.6@us.af.mil, with proposals due by November 12, 2024, at 1530 EST.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    FA821225Q0001 F-16 Fuel Cells
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of four F-16 Fuel Cells, identified by National Stock Number (NSN) 15600122440803WF. This firm fixed-price contract aims to ensure the operational readiness of the F-16 aircraft, which is critical for national defense capabilities. Interested contractors must meet stringent qualification requirements, including submission of a source qualification request package, as the procurement is restricted to prequalified sources, and foreign participation is not permitted. Proposals are due by November 7, 2024, and interested parties should contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information and access to the data package.
    SPRRA124R0076/ TEST SET, ELECTRONIC/ 6625013478667
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of electronic test sets, specifically model number 29085800, to support the UH-60 ground support equipment. The contract, which is a firm fixed price type, requires a total of 14 units to be delivered within 420 days post-award, with compliance to military packaging and marking standards. This procurement is critical for ensuring the operational readiness and maintenance of military aircraft, reflecting the stringent regulatory standards of federal procurement processes. Interested vendors should note that the proposal due date has been amended to November 15, 2024, and can contact Kiera Cross at Kiera.Cross@dla.mil or Christopher Butler at christopher.butler@dla.mil for further information.