Common Data Entry Electronic Unit (CDEEU)
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 PZABB, has issued a Solicitation for the test and repair of Common Data Entry Electronic Units (CDEEU) and other F-16 aircraft electronic components. This requirement aims to restore items to a serviceable "A" condition, ensuring operational readiness. The contract will be a Firm Fixed Price type. Proposals are due by April 9, 2026.
Scope of Work
The contractor will be responsible for inspecting, testing, repairing, updating, reassembling, calibrating, and retesting Government Furnished Property (GFP) in accordance with OEM specifications and approved technical orders. This includes overhaul, teardown, component replacement, corrosion control, environmental stress screening (ESS), and final acceptance testing. The contractor must provide all necessary expertise, labor, tools, equipment, and parts, and manage Government Furnished Material (GFM). Specific National Stock Numbers (NSNs) for repair include 5998-01-559-1240, 5998-01-592-8704, 5998-01-818-4384, 5975-01-624-8392, 7025-01-509-3748, 7025-01-516-1147, 5998-01-559-1236, 5998-01-623-8811, 5998-01-559-1237, 5998-01-559-1241, and 5998-01-559-3113.
Key Requirements & Deliverables
Repaired assets must be delivered starting 30 days After Receipt of Order (ARO), with specified rates per 30-day period for each item; early delivery is acceptable. Higher Level Contract Quality Requirements, including compliance with ISO 9001-2015, apply. Item Unique Identification (IUID) is required, along with a Counterfeit Prevention Plan (per AS5553) and a Supply Chain Risk Management (SCRM) plan. Packaging and marking must adhere to MIL-STD-2073-1, MIL-STD-129, ISPM 15, and include ESD protection. The contract includes a Contract Data Requirements List (CDRL) for items such as Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production, Annual Government Property Inventory, Maintenance Data Collection Records (MDCR), and an IUID Marking Plan. Performance metrics include meeting delivery schedules and not exceeding three validated Product Quality Discrepancy Reports (PQDRs) per 100 assets.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: None
- Place of Performance: Hill Air Force Base, UT
- Transportation: Items are to be shipped to DLA DISTRIBUTION DEPOT HILL.
Submission & Evaluation
Proposals must be submitted in accordance with Section L and will be evaluated based on factors detailed in Section M. Offers are due by April 9, 2026, 23:00:00Z. Wide Area WorkFlow (WAWF) is required for electronic submission of payment requests and receiving reports.
Points of Contact
- Primary: Sean Neilson (sean.neilson.2@us.af.mil, 8017509357)
- Secondary: Christian Barwick (christian.barwick@us.af.mil)