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 (FA8251 AFSC PZABB) has issued a solicitation for the test and repair of Common Data Entry Electronic Units (CDEEU) for F-16 aircraft. The objective is to restore these units to a serviceable "A" condition. This Firm Fixed Price contract requires contractors to provide all necessary expertise, labor, tools, equipment, and parts. The place of performance is Hill Air Force Base, UT. Proposals are due by December 31, 2025.
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, and replacement of components. Services also encompass corrosion control, environmental stress screening (ESS), and final acceptance testing. The contractor must manage Government Furnished Material (GFM), provide all necessary parts, and maintain comprehensive test and repair records, including cost accounting.
Extensive compliance with military packaging and marking standards is required, including MIL-STD-2073-1, MIL-STD-129, ISPM 15 for wood packaging, and electrostatic discharge (ESD) protection. Handling and documentation of hazardous materials are also part of the scope. Item Unique Identification (IUID) marking is mandatory.
Performance Standards & Deliverables
Key performance metrics include meeting Repair Turn Around Time (TAT) delivery schedules and maintaining a Product Quality Discrepancy Report (PQDR) rate not exceeding three validated PQDRs per 100 assets. The contractor must also provide Mission Essential Service during crisis situations. Higher Level Contract Quality Requirements, specifically compliance with ISO 9001-2015, apply.
The Contract Data Requirements List (CDRL) mandates various reports, including Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Annual Government Property Inventory Reports, Maintenance Data Collection Records (MDCR), a Counterfeit Prevention Plan (CPP), and an IUID Marking Plan.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: None specified
- Delivery: Repaired assets are to be delivered starting 30 days After Receipt of Order (ARO), with specified rates per 30-day period for each item. Early delivery is acceptable.
- Proposal Due: December 31, 2025, by 4:00 PM local time.
- Published Date: December 9, 2025
Submission & Evaluation
Proposals must be submitted in accordance with Section L of the solicitation. Evaluation factors are detailed in Section M. Wide Area WorkFlow (WAWF) is required for electronic submission of payment requests and receiving reports.
Contact Information
- Primary: Piper Martin (piper.martin@us.af.mil)
- Secondary: Jesse Baird (jesse.baird@us.af.mil, 8015860820)