Abstract Software Renewal

SOL #: FA822226QABSTCombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8222 AFSC OL H PZIE
HILL AFB, UT, 84056-5805, United States

Place of Performance

UT

NAICS

Software Publishers (513210)

PSC

Business Application Off The Shelf Software Delivered By Perpetual License, Which Also Encompasses Enterprise Level Software Enabling Mission Capability And Business Operational Support. (7A21)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Feb 2, 2026
3
Submission Deadline
Dec 22, 2025, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force has issued a combined synopsis/solicitation for the Abstract Software Renewal supporting the 518th Software Maintenance Engineering Squadron (SWES) at Hill AFB, Utah. This requirement is for continued license support of specialized software essential for the F-16 Block 50/EPAF OFPES program. Quotes are due by February 9, 2026.

Scope of Work

The contractor shall provide software support products and invocation fees for the following:

  • iUML Support Fee: Per license per annum.
  • ICCG Invocation Support Fee: Per license per annum.

These tools are critical for the Operational Flight Program (OFP) development of the Modular Mission Computer (MMC). Support includes hotline/email assistance, installation, upgrades, patches, and fault resolution. The government has identified Abstract Solutions LTD as the Original Equipment Manufacturer (OEM) and sole provider for these specific licenses.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP)
  • Duration: One-year base period (anticipated Nov 2025 – Oct 2026) with two subsequent one-year option periods.
  • Set-Aside: Small Business Set-Aside
  • Response Due: February 9, 2026, at 23:00Z
  • Published: February 2, 2026

Evaluation

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include price and the technical capability of the items offered to meet the Government's specific requirements. Only the lowest-priced proposal will be evaluated for technical acceptability initially.

Additional Notes

Offerors must be registered in the System for Award Management (SAM) and provide their Cage code and UEI with their submission. Questions should be directed to Tanner Scheffler and Austin Hurst via email.

People

Points of Contact

Tanner SchefflerPRIMARY
Austin HurstSECONDARY

Files

Files

Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 12, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 8, 2025