Request for Information (RFI) for Versatile Diagnostic Automatic Test Station (VDATS) Engineering Services

SOL #: FD2060-26-31093Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8533 AFLCMC ROKB
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Response Deadline
Mar 24, 2026, 9:00 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, AFLCMC ROKB, is issuing a Request for Information (RFI) to identify potential sources for Engineering Services related to the Versatile Diagnostic Automatic Test Station (VDATS) testers. This RFI specifically seeks capabilities in Diminishing Manufacturing Sources and Material Shortages (DMSMS) management, including obsolescence monitoring and forecasting, for NSNs 4920-01-553-0693, 4920-01-553-1534, 4920-01-663-3117KV, and 4920-01-663-3118KV. Responses are due by March 24, 2026.

Scope of Work

The required engineering services focus on establishing and executing a proactive DMSMS management program for VDATS components (hardware and COTS). Key responsibilities include:

  • Proactive Monitoring: Continuous monitoring of VDATS components using a Bill of Materials (BOM) for obsolescence issues.
  • Risk and Impact Analysis: Assessing obsolescence effects on VDATS production, lifecycle sustainment, and operational readiness.
  • Case Management: Operating a system to track DMSMS issues from detection to resolution, providing regular status updates.
  • Resolution and Mitigation: Proposing cost-effective solutions such as identifying alternative parts, coordinating life-of-type buys, or recommending design changes.
  • Reporting: Providing quarterly DMSMS health analysis reports, program metrics, and lists of at-risk components.

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Anticipated Contract Strategy: One 12-month basic period with two 12-month option periods.
  • Set-Aside: None specified; both large and small businesses are permitted to participate. Joint ventures or teaming arrangements are encouraged.
  • Response Due: March 24, 2026, by close of business.
  • Published: March 9, 2026.

Performance Standards

  • CDRL Deliverable Quality: No more than one rejection per single deliverable, and no more than one total rejection per quarter. Corrections due within five business days.
  • CDRL Deliverable Receipt: Deliverables submitted via MEARS. No more than one late receipt per quarter.
  • Quality Management System (QMS): 100% compliance required.

Place of Performance

Services will be performed at the contractor's facility. No Government Furnished Property (GFP), Material (GFM), or Equipment (GFE) will be provided.

Special Requirements

  • Security: Contractor personnel must comply with all security regulations (OPSEC, COMSEC). Background checks (e.g., NACI) and Common Access Cards (CACs) may be required.
  • Safety: Contractor must establish and maintain a safety and health program, including an Environmental, Safety, and Occupational Health (ESOH) Plan and a Contractor Safety Plan.
  • Reporting: Service Contract Reports (SCR) may be required if obligations exceed $3,000,000.
  • Travel: No travel is required or authorized.

Submission & Evaluation

Interested contractors should provide documentation supporting their capabilities. Failure to provide documentation may hinder capability assessment. If lacking experience, explain how it will be overcome (e.g., teaming, subcontracting). Identify any work areas suitable for Small Business breakout. Electronic responses should be emailed to Shemica Miller (shemica.miller@us.af.mil) and Andrea Livingston (andrea.livingston.1@us.af.mil) with the subject line "RFI Response: VDATS Engineering Services". This RFI is for planning purposes only and does not guarantee a future solicitation or contract award.

Contact Information

People

Points of Contact

Shemica MillerPRIMARY
Andrea LivingstonSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 9, 2026
Request for Information (RFI) for Versatile Diagnostic Automatic Test Station (VDATS) Engineering Services | GovScope