B-1 Fully Integrated Data Link (FIDL) Ethernet Switch Unit (ESU) 7025016509308BY
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 (DEPT OF DEFENSE) is conducting a Request for Information (RFI) to identify potential non-commercial sources for developing a second source of repair for the B-1 Fully Integrated Data Link (FIDL) Ethernet Switch Unit (ESU), NSN 7025-01-650-9308BY. This market research aims to determine if a future contract can be competitively awarded, potentially on a Small Business Set-Aside basis. The applicable NAICS code is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a 1250-employee size standard. Responses are due by March 31, 2026.
Scope of Work
This effort requires contractors to furnish all sub-components, material, support equipment, tools, test equipment, and services necessary to develop a second source of repair for the ESU. Key requirements include:
- Providing, maintaining, and calibrating all required support equipment.
- Ensuring contractor-furnished material or parts equal or exceed the quality of original parts.
- Resolving obsolete parts and conducting necessary engineering for Deficiency Reports and Material Improvement Projects.
- Maintaining facilities and cleared personnel for handling classified information up to and including Secret.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Market research for potential Small Business Set-Aside
- Response Due: March 31, 2026, 7:30 PM ET
- Published: February 24, 2026, 5:55 PM ET
- Place of Performance: Warner Robins, GA 31088, United States
Evaluation
Responses will be used solely to determine the appropriate acquisition strategy for this procurement, including the feasibility of a competitive award and/or Small Business Set-Aside. This RFI is for planning purposes only and does not guarantee a future solicitation or contract award.
Additional Notes
The original equipment manufacturer (OEM) is Abaco Inc. (0BAS8), which is currently the only known source with adequate technical data and capabilities. The Government does not own the production-level technical data for this requirement. Participation in this survey does not ensure participation in future solicitations. The Government will not reimburse participants for any expenses associated with their response.
Contact: James Daniel Faulkner, james.faulkner.8@us.af.mil.