SOLICITATION NOTICE
58 -- Presolicitation Notice - F-16 Advanced Identification Friend-or-Foe (AIFF) Post Block 40/42 C Model 2nd Install
- Notice Date
- 6/2/2025 3:16:42 PM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8232 AFLCMC WWMK HILL AFB UT 84056-5820 USA
- ZIP Code
- 84056-5820
- Solicitation Number
- FA823225RB016
- Response Due
- 6/16/2025 1:00:00 PM
- Archive Date
- 07/01/2025
- Point of Contact
- Kayla Flores, Buyer, Kirsten Rivera
- E-Mail Address
-
kayla.flores@us.af.mil, kirsten.rivera@us.af.mil
(kayla.flores@us.af.mil, kirsten.rivera@us.af.mil)
- Description
- Title: F-16 Advanced Identification Friend-or-Foe (AIFF) Post Block 40/42 C Model 2nd Install Type: Presolicitation Notice ID: FA823225RB016 Related Notice: FA823225RAIFF Product Service Code (PSC): 5895 � MISCELLANEOUS COMMUNICATION EQUIPMENT NAICS Code: 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing Place of Performance: Hill AFB, UT USA Description: This is a pre-solicitation synopsis of a requirement for the F-16 System Program Office (SPO) to procure approximately 400 Advanced Identification Friend-or-Foe Combined Interrogator Transponder (AIFF CIT) kits and initial repair support. The Government is not offering development support and does not have AIFF CIT data rights to share with potential offerors. The Government does not have funds for a reverse engineering effort. BAE Systems is the original equipment manufacturer of the AIFF CIT and owns all data rights. The Government anticipates awarding a contract with a base ordering period of 10 years. Award of the subject contract is currently scheduled for December 2025. The following apply: The Product Service Code (PSC) associated with this acquisition is 5895. The applicable NAICS code is 336413. In accordance with DAFFARS 5305.20, prospective offerors are advised that foreign participation is not permitted at the prime contractor level. Authority: 10 U.S.C. 2304(c)(1): Supplies and services required under this synopsis are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The anticipated source for this procurement is identified as the following: BAE Systems Information and Electronic Systems Integration Inc. 450 Pulaski Rd Greenlawn, New York 11741-1609, United States Contracting Office Address/Zip Code: Department of the Air Force FA8232 AFLCMC/WAMK 6072 Fir Ave., BLDG 1233 Hill Air Force Base, UT 84056-5820 Proposed Solicitation Number: FA8232-25-R-B016 Estimated Value of Contract: $91M CLIN 0001: Group A Kit First Article, Firm Fixed Price CLIN 0002: Group A Kit Production, Firm Fixed Price CLIN 0003: Group B Kit First Article, Firm Fixed Price CLIN 0004: Group B Kit Production, Firm Fixed Price CLIN 0005: Fuselage Mounting Array Kit First Article, Firm Fixed Price CLIN 0006: Fuselage Mounting Array Kit, Firm Fixed Price CLIN 0007: Data, Not Separately Priced CLIN 0008: Standard Repair, Firm Fixed Price CLIN 0009: Cannot Duplicate/No Fault Found, Firm Fixed Price CLIN 00010: Beyond Economical Repair, Firm Fixed Price CLIN 0011: Customer Support, Time and Materials CLIN 0012: Travel, Cost Reimbursement � No Fee Synopsis Posting Date: 02 June 2025 Closing Response Date: 16 June 2025 Place of Contract Performance: Contractor Facility Set Aside Status: No Set Asides Direct Questions to: Kayla Flores, Contract Specialist kayla.flores@us.af.mil Kirsten Rivera, Contracting Officer kirsten.rivera@us.af.mil All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any potential respondent that wishes to express interest in the requirement must identify in its response whether it is a large business, small-disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and specify whether it is a U.S. or foreign-owned entity.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18991faacfd6404380c39c6ace35e989/view)
- Place of Performance
- Address: Hill Air Force Base, UT, USA
- Country: USA
- Country: USA
- Record
- SN07462395-F 20250604/250602230043 (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 |