SOLICITATION NOTICE
J -- F-16 DED Head/Tray Repair
- Notice Date
- 9/23/2025 10:06:17 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- FA825125R0014-Presolicitation
- Response Due
- 10/9/2025 7:00:00 AM
- Archive Date
- 10/24/2025
- Point of Contact
- Shauna Vanderschaaf, Darin Rector
- E-Mail Address
-
shauna.vanderschaaf@us.af.mil, darin.rector@us.af.mil
(shauna.vanderschaaf@us.af.mil, darin.rector@us.af.mil)
- Description
- Data Entry Display (DED) Synopsis NOTICE: This is not a solicitation but rather a pre-solicitation to determine potential sources of information and planning purposes only. 1. Solicitation will be issued on or about: 13 October 2025 2. Solicitation number: FA8251-25-R-0014 3. Purchase Request number: FD20202500854 4. Nomenclature/Noun: Data Entry Display (DED) 5. NSN: 5895011435443WF Part Number: 10-01125-08 or 16VE173001 NSN: 5998011873272WF Part Number: 10-01109-06 or 10-01109-07 NSN: 5895011811224WF Part Number: 10-01128-06 6. RMC: R1/C 7. Application: See PWS, See Engineer Draws Specs Description: This requirement is for all labor and supplies required for the services of the repair and maintenance of F-16 Data Entry Display (DED). A 2-year IDIQ contract is anticipated for major overhaul to include a complete tear-down into component parts and rework/replacement of the DED. The period of performance (PoP) for orders will be twelve months. The government does not have any special test equipment for repair of the F-16 DED. Therefore, the respondent would need to be able to demonstrate the ability to obtain or create those resources necessary to perform trouble shooting, repair, and acceptance testing of the F-16 DED in a timely fashion. Acceptance Test Procedures (ATP) must be derived from a Performance Test specification provided by the government. The ATP must then be approved by government engineering prior to source qualification. If the offeror is able to develop or obtain the data, manuals, and tech orders from another party, they must be able to demonstrate that they have access to such resources and the legal right to use said resources to repair assets for the government. Anticipated CLIN structure: NOUN NSN CLIN BEQ U/I Price Estimated Delivery Schedule DED GROUP/ ASSEMBLY 5895011435443WF 0001 100 EA Priced 50 unit(s) per Year/25ea 30 Days ARO ELECTRONIC/TRAY 5998011873272WF 0002 60 EA Priced 30 unit(s) per Year/25ea 30 Days ARO DED/HEAD 5895011811224WF 0003 150 EA Priced 75 unit(s) per Year/25ea 30 Days ARO Reoccurring Data A001,002,003,004 0004 1 LT NSP 1 unit(s) IAW DD FORM 1423 Non-Reoccurring Data B001 0005 1 LT NSP 1 unit(s) IAW DD FORM 1423 Non-Reoccurring Data C001 0006 1 LT NSP 1 unit(s) IAW DD FORM 1423 8. Contract Type and Length: This is for a 2-year, Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type repair contract. The government�s best estimated quality for repairs will be placed on orders during the 2-year ordering period. 9. Delivery Schedule: Early delivery is acceptable. 10. Destination: FB2029 (Hill AFB) 11. Place of Performance: Contractors facility 12. Set-aside status: Full and Open competition for qualified sources for the repair of the above NSNs. See Repair Qualification Requirement (RQR) for more details.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e7d5777e6a7b4d1f84d0629214bd72b1/view)
- Place of Performance
- Address: Hill Air Force Base, UT, USA
- Country: USA
- Country: USA
- Record
- SN07600967-F 20250925/250923230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |