Advanced Programmable Signal Processor
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 is conducting market research through a Sources Sought Synopsis to identify potential sources for the repair and restoration of F-16 Advanced Programmable Signal Processor (APSP) Line Replaceable Units (LRUs) and associated Shop Replaceable Units (SRUs). This effort aims to determine if the requirement can be competitive and/or a total Small Business Set-Aside. The government is interested in all small business concerns, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned. The proposed NAICS Code is 811210 ($22M size standard). Responses are due April 17, 2026.
Scope of Work
The contractor would be required to repair and restore F-16 APSP LRU/SRUs to a serviceable condition, but not necessarily like new cosmetically. This includes troubleshooting, testing, and repairing specific F-16 items, a list of which is provided in the original notice (e.g., FSC 1270, NIIN 01-396-3088, Part # 783R300G01, etc.).
Submission Requirements
Interested organizations should submit an initial white paper (not to exceed 3 pages) describing their capabilities related to troubleshooting, testing, and repairing the F-16 items. The response must also include:
- Point of contact, address, telephone, fax, and email.
- DUNS number, CAGE code, and/or tax ID number.
- Size category (large, small, small disadvantaged, etc.).
- Brief summary of company capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals.
- Any anticipated teaming arrangements, delineating prime and partner work.
- Description of similar services offered in the past three years.
- Supporting information like commercial literature, catalogues, or manuals. Sub-tier vendors or subcontractors must also meet specified criteria.
Contract & Timeline
- Type: Sources Sought (for market research and planning purposes only). This is not a solicitation.
- NAICS Code: 811210 (Size Standard: $22M).
- Response Due: April 17, 2026, by 22:00 UTC.
- Published: March 18, 2026.
Additional Notes
This notice does not constitute a commitment by the government to issue a formal solicitation or award a contract, and costs incurred in responding will not be reimbursed.
Source Approval Request (SAR) packages are separate from Sources Sought responses. Instructions for becoming a qualified approved source and technical data requests are provided in the original notice, with contacts for SAR submissions (Tracey Beringer, Paige LaPoint, Darin Rector) and technical data (AFLCMC.LZP.PUBSALES@us.af.mil, AFLCMC.LZP.TINKERPUBLICSALES@us.af.mil). The deadline for this Sources Sought notice is not a deadline for SAR submission.