F-16 AN/APG-66/68 Radar Post-Production Sustainment
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 justifying an "Other Than Full and Open Competition" acquisition for F-16 AN/APG-66/68 Radar Post-Production Sustainment (PPS) Support Services. This effort is a follow-on to sustain legacy F-16 Radars and will result in a Firm-Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) 10-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with an estimated ceiling of $488,000,000. The justification is based on FAR 6.302-1, citing Northrop Grumman Systems Corporation (NGSC) as the only responsible source due to highly specialized services and proprietary data.
Scope of Work
This program will provide comprehensive PPS Support Services for F-16 AN/APG-66/68 Radars, including long-term sustainment, limited repair on test stations, modification support, and hardware acquisition. It supports AN/APG-66 (Block 10/15), AN/APG-66V2N3 (Block 10/15), AN/APG-68 (Block 25-50), AN/APG-68VXM, and Agile Beam Radar configurations.
Core Functions include DMS/MS Resolution, Program Management, Industrial Base oversight, Engineering/Technical Support, Design Process Integration, Spares Provisioning Support, and Field Supportability. Non-Core Functions encompass Requirement Analysis, T.O. Maintenance Updates, Testing, Field Reliability and Supportability, On-Site Support, System Test Specifications, Vendor Supplier Data Base, Production Equipment Oversight, Modification Support, and Limited Repair/Hardware Acquisition.
Contract & Timeline
- Contract Type: FFP and CPFF IDIQ
- Period of Performance: 10 years (5-year base + 5-year option), with potential for a 6-month extension (FAR 52.217-8).
- Estimated Ceiling: $488,000,000
- Set-Aside: Other Than Full and Open Competition (Sole Source to NGSC)
- Published Date: April 30, 2026
- Place of Performance: Linthicum Heights, MD
Evaluation
This document is a Justification and Approval (J&A) for a sole-source acquisition and does not contain proposal submission instructions or evaluation criteria. Market research indicated that other sources lacked access to required proprietary data.
Additional Notes
This is a follow-on effort to a contract (F42620-01-D-0076) previously managed by 416 Supply Chain Management Squadron/GUMAD, expiring October 31, 2025. The effort is transitioning to the FMS Program Office (AFLCMC/WAMI). The government is actively seeking to acquire government purpose license rights and technical data to promote future competition. For inquiries, contact George Bell at george.bell.2@us.af.mil or 801-586-9054.