F-16 SAASM/EGI Program
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, F-16 System Program Office (SPO), is seeking technical support for the F-16 SAASM/EGI Program. This effort involves upgrading existing GEM II receiver cards with government-furnished GEM VII-2 cards to enable anti-spoofing functions within the F-16 Embedded Global Positioning Satellite Inertial Navigation System (EGI). The requirement is structured as a 3-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract with an anticipated ceiling of $2,000,000. This opportunity is intended as a sole-source award to Honeywell Aerospace. Responses are due June 2, 2026.
Scope of Work
The contractor will perform internal hardware upgrades by swapping existing Global Positioning System (GPS) Embedded Module (GEM) II receiver cards with government-furnished GEM VII-2 receiver cards. Key operational requirements include:
- Throughput: Maintain a steady-state throughput of approximately 12 EGIs per month.
- Total Scope: Support a total requirement of 100 to 200 EGIs.
- Place of Performance: All work shall be performed at the Contractor’s Facility, with the Government shipping units on a continuous delivery schedule.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: A 12-month Base Period and two 12-month Option Periods (totaling 3 years).
- Anticipated Award Amount: $2,000,000 (Ceiling).
- Product Service Code (PSC): J016 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories)
- NAICS Code: 334515 (Instrument Manufacturing for Measuring and Controlling Electricity and Electronic Signals)
Sole Source & Eligibility
This is intended as a sole-source award to Honeywell Aerospace Technology (Clearwater, FL) under the authority of FAR 6.302-1. The justification states that Honeywell is the Original Equipment Manufacturer (OEM) and possesses the proprietary technical data, specialized internal tooling, and validated test procedures required to maintain airworthiness certification.
- Foreign Participation: Foreign contractor participation is not permitted at the prime contractor level.
Submission & Evaluation
All responsible sources may submit a capability statement, proposal, or quotation for consideration.
- Closing Response Date: June 2, 2026
- Anticipated Award Date: July 1, 2026
- Contesting Sole Source: Firms contesting this sole-source determination must provide documented evidence of their ability to perform internal hardware upgrades and system validation for the F-16 EGI.
Contact Information
- Primary: Garrett Clawson (garrett.clawson@us.af.mil)
- Secondary: Benjamin Price (benjamin.price.12@us.af.mil)