Advanced Programmable Signal Processor (APSP) Line Replaceable Unit (LRU) Repair
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 a Sources Sought market research effort to identify qualified sources for the repair and restoration of the F-16 Advanced Programmable Signal Processor (APSP) Line Replaceable Unit (LRU) (P/N: 783R300G01, NSN: 1270-01-396-3088) at Hill Air Force Base, UT. The government is exploring a potential Total Small Business Set-Aside (including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small businesses) under NAICS 811210 ($22M size standard). Responses are due by February 13, 2026.
Purpose & Scope
This Sources Sought aims to determine if responsible sources exist for the repair and restoration of the F-16 APSP LRU to a serviceable condition. The effort will inform the best acquisition strategy, including the feasibility of a small business set-aside. The contractor will be required to troubleshoot, test, and repair the F-16 items.
Qualification Requirements
Potential sources must meet specific Repair Qualification Requirements (RQR) to be eligible for future contract award. Key requirements include:
- Notifying the appropriate government Small Business Office or contracting officer of intent to qualify.
- Certifying possession of or access to necessary facilities, equipment, tooling, and personnel for repair, inspection, testing, packaging, and storage.
- Possessing a complete data package, including Northrop Grumman (97942) drawing 783R300 and applicable procedures.
- Ensuring repair conforms to ESA-approved engineering/technical data, including Unique Identification (UID) requirements.
- Submitting a qualification test plan/procedure for approval by 416 SCMS/GUEAA.
Estimated costs for testing and evaluation are $76,000.00, with an estimated qualification time of 1400 days. Offerors must be fully qualified before the contract award date.
Technical Data
A Repair Data List (RDL) is available, providing information on technical data and drawings for the specified NSN/Part Number. Bidders should review the RDL to understand obligations regarding technical data acquisition, as data may be furnished with the solicitation, contract award, or require contractor acquisition.
Response Requirements
Interested organizations should submit an initial white paper (not to exceed 3 pages) describing their capabilities in troubleshooting, testing, and repairing the F-16 items. Responses must 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 company summary, description of facilities, personnel, related manufacturing experience, and existing safety approvals.
- Any anticipated teaming arrangements, delineating work between prime and partners.
- Supporting information such as commercial literature, catalogues, or manuals.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS: 811210 (Electronic and Precision Equipment Repair and Maintenance)
- Set-Aside: Exploring potential for Total Small Business Set-Aside
- Response Due: February 13, 2026
- Published Date: January 13, 2026
- Place of Performance: Hill Air Force Base, UT
Additional Notes
This is not a solicitation or a commitment to award a contract; costs incurred for responding will not be reimbursed. Source Approval Request (SAR) packages are separate from Sources Sought responses and can be submitted at any time. Instructions for becoming a qualified approved source are provided, and technical data package/drawing requests should be directed to specific Air Force email addresses.