Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2025 SAM #8720
SOURCES SOUGHT

99 -- Foreign Military Sales (FMS) F-16 AIS HFLCC Testing Capability

Notice Date
10/9/2025 10:25:03 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8232 AFLCMC WWMK HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
10092025
 
Response Due
10/20/2025 11:01:00 AM
 
Archive Date
11/04/2025
 
Point of Contact
KERRI WINTLE, Skye Barnard
 
E-Mail Address
KERRI.WINTLE@US.AF.MIL, skye.barnard@us.af.mil
(KERRI.WINTLE@US.AF.MIL, skye.barnard@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
REQUIREMENT TITLE: Foreign Military Sales (FMS) F-16 AIS HFLCC Testing Capability NOTICE ID: 10092025 Associate SERD/ATE PN�s: PN�s 14E01/6014726-001 Notice Type: Sources Sought Synopsis 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside (i.e. 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business). The proposed North American Industry Classification Systems (NAICS) Code is 541330 Engineering Services which has a corresponding Size standard of $25.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government requests that interested parties respond to this notice, and if applicable, identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Program Details: This effort will provide PSI services for FMS partners which includes providing Hybrid Flight Control Computer (HFLCC) Support Equipment Recommendation Data (SERD) and R-IAIS/VXI-IAIS Frequency Changer Unit Automatic Test Equipment (ATE) hardware in support of HFLCC testing. 3. This effort will also provide a technical assistance site visit to country at two (2) different locations (5 days each) in support of troubleshooting and testing requirements. Capability Survey Questions: 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the expected work accomplished by the prime and work accomplished by the teaming partners. 4. What is the anticipated lead time? Financial Information: Describe financing methods customarily provided by buyers in this industry (industry defined by the NAICS code or by providing this type of requirement). Note: the USG is not authorized to make advance payments (payments before costs are incurred or work is completed). General Capability Questions: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement: please include contract numbers, a brief description of work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities and experience in generating technical data, engineering drawings, and manuals. Identify what software programs your company utilizes to generate these data products and what formats are available for delivered items. 4. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 4. Response information: Please provide responses in PDF format to the following individuals: Contracting Officer: Skye Barnard skye.barnard@us.af.mil Contract Specialist: Kerri Wintle kerri.wintle@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c218d8bbc0b043368bc590a0fb10c13f/view)
 
Place of Performance
Address: Hill Air Force Base, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN07616763-F 20251011/251009230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.