AFSC/PZABA AYC-1 (TADIL-A)
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 (AFSC/PZABA) is soliciting pricing for Ordering Period 6 and 7 for NIIN 7050010154311 (Part # 622-1399-001, CONVERTER, ANALOG) in support of the AYC-1 program. This is a Combined Synopsis/Solicitation seeking proposals for repairs and engineering services. Proposals are due by 3:00 PM EST on April 30, 2026.
Scope of Work
This solicitation aims to obtain pricing for "Per Unit Repair," "Per Unit TT&E" (Testing, Troubleshooting & Evaluation), and "Per Unit NFF" (Not Fully Functional) for the specified CONVERTER, ANALOG. The contractor will be required to furnish all necessary facilities, labor, equipment, materials, and specialized tools and test equipment. Inspection requirements adhere to Standard Level Contract Quality Requirements - ISO 9001-2008.
Contract & Timeline
- Contract Type: Requirements contract, subsumable under the existing DLA contract SPE4AX-21-D-9400.
- Duration: Covers two ordering periods (Period 6 and Period 7).
- Set-Aside: None specified.
- Response Date: April 30, 2026, 3:00 PM EST.
- Published Date: April 7, 2026.
- Place of Performance: Warner Robins, GA.
- Funding: Obligation is contingent upon the availability of appropriated funds.
Key Requirements & Deliverables
- Packaging: All wooden packaging materials (WPM) must be debarked and heat-treated (HT) to specific temperature/time requirements, with certification/marking by an ALSC-recognized agency. Packaging and marking must comply with MIL-STD-2073-1 and MIL-STD-129.
- Transportation: Bidders must understand F.O.B. terms, freight classification, and shipping instructions. Contact with DCMA Transportation is required for shipping clearance and documentation. The primary ship-to address is DLA DISTRIBUTION WARNER ROBINS.
Submission & Evaluation
- Proposal Content: Cost proposals must include a breakout of CLIN prices by cost element by Contractor Fiscal Year (CFY), identification of recurring/non-recurring costs, and a consolidated bill of materials (CBOM) in an electronic format.
- Price Reasonableness: Offerors must provide rationale for all proposed costs. Data other than certified cost or pricing data (e.g., competition, sales data, market price assessments) is required to establish price reasonableness.
Contact Information
For inquiries, contact James Daniel Faulkner at james.faulkner.8@us.af.mil.