F-16 SAASM/EGI Program

SOL #: FA8232-26-SAASMCombined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8232 AFLCMC WWMK
HILL AFB, UT, 84056-5820, United States

Place of Performance

Place of performance not available

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
May 13, 2026
2
Submission Deadline
Jun 2, 2026, 11:00 PM

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

People

Points of Contact

Garrett ClawsonPRIMARY
Benjamin PriceSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 13, 2026
F-16 SAASM/EGI Program | GovScope