F-16 Center Display Unit Line Replaceable Unit
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.
This is a pre-solicitation synopsis of a requirement for the F-16 System Program Office (SPO) to procure to procure approximately 300 Center Display Unit (CDU) Line Replaceable Unit (LRU) kits, Spares Acquisition, integration and production for 100 F-16 D-Model aircraft and all tasks related to standing up organic depot maintenance for the repairs of the six LRU's that make up the Center Display Unit (CDU) assembly. All products required must reflect the part numbers already fielded on over 350 C model F-16 aircraft with installs continuing. In addition to the above task, limited non-recurring engineering support for integration to complete a post-block Operational Utility Exercise (OUE) that was demonstrated in 2013, and a pre-block retrofit follow-on plan to modify/update four of the 6-LRUs that make up the CDU assembly were impacted by an Engineer Change Proposal (ECP) will be required to ensure a consistent ongoing install schedule. Operational Flight Program (OFP) & M-series software support will be required to facilitate Government integration and capability enhancements for all F-16 software suites. The ability to make requisite updates/changes to CDU system software rapidly after contract award will be imperative for this effort. Support for depot stand up work for the active depot level repair of LRU’s including source work with DLA. The Government will not entertain CDU Line Replaceable Unit (LRU) configuration changes. The USAF is not offering development support and does not have CDU data rights to share with potential offers. The Government does not have funds for a reverse engineering effort. Vertex is the original equipment manufacturer of the CDU, and owns all data rights.
The Government anticipates awarding a contract with a base of 5 years with a single 5 year option. Award of the subject contract is currently scheduled by December 2025. The following apply:
- The Product Service Code (PSC) associated with this acquisition is J010. The applicable NAICS code is 334511.
- Prospective offerors are advised that foreign participation is not permitted at the prime contractor level.
- Authority: 10 U.S.C. 2304(c)(1): Supplies and services required under this synopsis are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. The anticipated source for this procurement is identified as the following:
Raytheon Company
6125 E 21st ST
Indianapolis, IN 46219
- Contracting Office Address/Zip Code:
DEPARTMENT OF THE AIR FORCE
AFLCMC/WWM
6072 FIR AVE., BLDG 1233
HILL AIR FORCE BASE, UT 84056-5820 - Proposed Solicitation Number: FA8232-25-R-CDU
- Estimated Value of Contract: $425M
- Line Item Numbers:
CLIN 0001 Non-Recurring Engineering Support, Cost Plus Fixed Fee
CLIN 0002 B-Kit, Firm Fixed Price
CLIN 0003 C-Kit, Firm Fixed Price
CLIN 0004 WinIDM Software License, Firm Fixed Price
CLIN 0005 Spares Support, Firm Fixed Price
CLIN 0006 Firmware Support, Cost Plus Fixed Fee
CLIN 0007 Software Support, Cost Plus Fixed Fee
CLIN 0008 Hardware Support, Cost Plus Fixed Fee
CLIN 0009 No Fault Found, Firm Fixed Price
CLIN 0010 Standard Repair, Firm Fixed Price
CLIN 0011 No Fault Found, Firm Fixed Price
CLIN 0012 Standard Repair, Firm Fixed Price
CLIN 0013 No Fault Found, Firm Fixed Price
CLIN 0014 Standard Repair, Firm Fixed Price
CLIN 0015 Over and Above for all NSNs, Cost Plus Fixed Fee
CLIN 0016 Over and Above – All Other Direct Costs, Cost Plus Fixed Fee
CLIN 0018 Travel, Cost Reimbursement – No Fee
CLIN 0019 Data, Not Separately Priced
CLIN 0020 PFD CDU – Single Board Computer, Firm Fixed Price
CLIN 0021 SD CDU – Single Board Computer, Firm Fixed Price
Option CLINs to follow same structure - Place of Contract Performance: Contractor Facility
- Set Aside Status: No Set Asides
- Direct Questions to:
Miranda Brown, Contracting Specialist
Miranda.Brown.3@us.af.mil
Nathan Lee, PCO
Nathan.Lee.3@us.af.mil
- All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any potential respondent that wishes to express interest in the requirement must identify in its response whether it is a large business, small-disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and specify whether it is a U.S. or foreign-owned entity.