North Atlantic I/O Boards 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 seeking a sole source provider for 12 North Atlantic Industries VME Multifunction I/O Boards (P/N: 64G5-2-RY1RY1RY1RY1RY1RY10BC10) for the 309th SWEG at Hill Air Force Base, UT. This is a Combined Synopsis/Solicitation (RFQ) designated as a Small Business, Sole Source acquisition. Offers are due by February 27, 2026, at 5:00 PM MT.
Purpose & Scope
This requirement is for the acquisition of 12 VME MFIO Boards, which are critical for the 519th F-16 Pre- and Post- Block operational Flight program (OFP). The sole source justification highlights the unique and technically superior features of these North Atlantic Industries boards, essential for seamless integration with existing systems and to avoid costly modifications and operational delays. Kampi Components Co. Inc. is the exclusive distributor for government sales of these specific boards.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 334111 (Small Business Size Standard: 1250 Employees)
- Product: VME MFIO Board (P/N: 64G5-2-RY1RY1RY1RY1RY1RY10BC10)
- Quantity: 12 units
- Delivery: 180 days After Receipt of Order (ARO) to 6137 Wardleigh Rd., Bldg. 1515, Hill AFB, UT 84056.
Set-Aside
This is a Small Business, Sole Source acquisition.
Submission & Evaluation
- Offer Due Date: February 27, 2026, at 5:00 PM MT.
- Questions Due Date: February 19, 2026, at 11:00 AM MT.
- Submission Method: Electronic mail to richard.hales.1@us.af.mil and audrey.armstrong.4@us.af.mil.
- Required Information: Offerors must provide their Cage code and SAM UEI, and include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offers will be evaluated on Total Price, and only the lowest-priced proposal will be evaluated for technical acceptability against the specifications. Award will be made to the lowest-priced offer that fully meets all specifications.
- Registration: All firms must be registered with the System for Award Management (SAM).
Additional Notes
The Government reserves the right to cancel this solicitation. An ombudsman (Ms. Regina Marquardt-Chihuahua) is available for concerns not resolved by the contracting officer.