MRIU BUILD PARTS - SOLE SOURCE
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 issuing a Combined Synopsis/Solicitation (RFQ) for the sole source acquisition of MRIU Build Parts for the F-35 Versatile Depot Automatic Test Station (VDATS) Missile Remote Interface Unit (MRIU) program at Hill Air Force Base, UT. This requirement is for specific electronic components, enclosures, and tools. Offers are due by March 4, 2026.
Scope of Work
The contractor shall provide 40 specific parts, including various enclosures, ITAs (Interface Test Adapters), protective covers, adapter plates, and a wide range of patchcords (Mini Power, Signal, Mini Coax, Micro Coax, QuadraPaddle), along with inspection depth gages. These items are critical for the operational integrity of the VDATS test stand. The acquisition is for the 309th SWEG located at Hill AFB, Utah.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: FA822226QB004
- Contract Type: Firm Fixed Price
- Set-Aside: Sole Source (Virginia Panel Corporation - VPC)
- NAICS Code: 336413 (Hardware)
- Small Business Size Standard: 1,250 Employees
- Estimated Value: $36,287.13
- Delivery: Not to exceed 120 days After Receipt of Order (ARO) to 6137 Wardleigh Rd., Bldg. 1515, Hill AFB, UT 84056. License renewals are for 12 months after delivery. FOB Destination.
Submission & Evaluation
- Offers Due: March 4, 2026, via electronic mail to audrey.armstrong.4@us.af.mil.
- Questions Due: February 26, 2026, by 1100 (MST, assumed) to audrey.armstrong.4@us.af.mil.
- Evaluation: Lowest Price Technically Acceptable (LPTA). Offers will be evaluated on total price and technical capability to meet specifications. Only the lowest priced technically acceptable offer will be awarded.
- Requirements: Offerors must be registered in SAM and provide their Cage code and SAM UEI. A completed FAR 52.212-3 (Offeror Representations and Certifications) is required.
Additional Notes
This is a sole source requirement justified by the unique form, fit, and function of Virginia Panel Corporation (VPC) components, which are essential for the F-35 VDATS MRIU program. Previous attempts to use alternative substitutes resulted in mission failure. The government will continue to solicit industry to determine if future competition is possible. The government reserves the right to cancel this solicitation.