SOLICITATION NOTICE
J -- F-16 Advanced Interference Blanker Unit (AIBU)
- Notice Date
- 9/8/2025 12:46:18 PM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- FA8251 AFSC PZABB HILL AFB UT 84056-5825 USA
- ZIP Code
- 84056-5825
- Solicitation Number
- FA8251-25-D-AIBU
- Response Due
- 9/22/2025 3:00:00 PM
- Archive Date
- 10/07/2025
- Point of Contact
- Paige LaPoint, Phone: 8015862947, Darin Rector, Phone: 801-777-9246
- E-Mail Address
-
paige.lapoint@us.af.mil, darin.rector@us.af.mil
(paige.lapoint@us.af.mil, darin.rector@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NOTICE: This is not a solicitation but rather a pre-solicitation synopsis to determine potential sources of information and planning purposes only. Solicitation will be issued on or about: 23 September 2025 Solicitation number: FA825125R0003 Purchase Request number: FD2020-25-00499 Nomenclature/Noun: F-16 Advanced Interference Blanker Unit (AIBU) NSNs: 5895-01-331-0720, 5895-01-308-0933, 5895-01-347-8037, and 5895-01-357-0739 Cage/Part Number(s): 5188110-004, 5188110-005, 5188110-007, and 5188110-008 RMC: R1/C Description: This effort is to repair and test the following F-16 Advanced Interference Blanker Unit (AIBU) to serviceable �A� condition however, not like new cosmetically. The qualified source/contractor will repair assets per Original Equipment Manufacturer (OEM) specification, approved technical orders and methods approved through the cognizant USAF engineer at the time of qualification or during continuing qualification. AIBU asset repair is categorized as just-in-time repair, not scheduled repair, the contractor SHALL provide and maintain all the capabilities to test and repair assets to a serviceable �A� condition such as, but not limited to, required expertise/skills, labor, tools, equipment, and parts in order to deliver the serviceable assets within the time period specified on the contract. The Contractor SHALL maintain test and repair records that include cost accounting records of all assets serviced under the contract. These reusable components are not required to maintain the end item identification. The AIBU parts SHALL be reassembled so as to furnish serviceable rebuilt assets. The repair processes used by the contractor SHALL bring service life back to the reconditioned AIBU that would resemble the originally manufactured item. The AIBUs are restored to functional conditions in a facility owned and/or operated by the Contractor. Anticipated CLIN structure: NOUN NSN CLIN BEQ U/I Price AIBU 5895-01-308-0933WF 0001 275 EA Priced AIBU 5895-01-357-0739WF 0002 275 EA Priced AIBU 5895-01-347-8037WF 0003 25 EA Priced AIBU 5895-01-331-0720WF 0004 300 EA Priced Recurring Data deliverables N/A 0005 1 LO NSP Non recurring Data Deliverables N/A 0006 1 LO NSP 9. Contract Type and Length: This is for a 5-year, Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The Governments best estimated quantity for repairs will be placed on orders during the 5 year ordering period. 10. Delivery Schedule: 30 days after receipt of carcass. Early delivery is acceptable. 11. Destination: FB2029 (Hill AFB) 12. Place of Performance: Contractor�s facility 13. Set-aside status: Unrestricted
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5da9f8db923c4707a2b2f0a5248c4756/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07581528-F 20250910/250908230041 (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 |