Sensor Integration Unit (SIU)
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.
This is a pre-solicitation synopsis of a requirement for the F-16 System Program Office (SPO) to procure production hardware required to support the RFC/SIU Program for the F-16 Block 25/30/32/40/42/50/52 C & D Model aircraft during the period of the contract. The United States Government (USG) may procure the following hardware during this period: SIU Line Replaceable Units, and various other support hardware as required. The USG also requires production customer/technical support related to: General Technical Support, Software/Firmware Technical Support, Organic Depot and Sustainment Technical support, LRU evaluation and repair, and various other technical support as required. The intent of this contract is to include scope to support anticipated and unforeseen requirements of the RFC/SIU program including increased demand, capabilities, and possible technological improvements to the system.
The Government anticipates awarding an Indefinite Delivery Indefinite Quality (IDIQ) contract with a base of 5 years. Award of the subject contract is currently scheduled by September 2025. The following apply:
- The Product Service Code (PSC) associated with this acquisition is 1680. The applicable NAICS code is 334111.
- Authority: 10 U.S.C. 4022(f)(2): A follow-on production contract or transaction provided for in a transaction under paragraph (1), one or more separate awards of follow-on production contracts or transactions with respect to a transaction described in such paragraph, or a combination thereof, may be awarded to the participants in the transaction without the use of competitive procedures, notwithstanding the requirements of chapter 221 of this title and even if explicit notification was not listed within the request for proposal for the transaction if- (A) competitive procedures were used for the selection of parties for participation in the transaction; and (B) the participants in the transaction successfully completed the prototype project provided for in the transaction. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the above authority. The anticipated source for this procurement is identified as the following:
Southwest Research Institute (SwRI)
6220 CULEBRA RD
SAN ANTONIO, TX 78238 USA
- Contracting Office Address/Zip Code:
DEPARTMENT OF THE AIR FORCE
AFLCMC/WWM
6072 FIR AVE., BLDG 1233
HILL AIR FORCE BASE, UT 84056-5820
- Proposed Solicitation Number: FA8232-25-R-B017
- Estimated Value of Contract: $9.5M
- Synopsis Posting Date: 20 May 2025
- Closing Response Date: 4 June 2025
- Line Item Numbers:
0001 SIU Production First Article
0001AA First Article Production Units
0001AB First Article Production Report
0001AC First Article Mounting Units
0001AD First Article Mounting Report
0002 SIU Production Units
0003 SIU Production Mounting Units
0004 Customer Service
0005 Travel
0006 SIU DATA
- Place of Contract Performance: Contractor Facility
- Set Aside Status: No Set Asides
- Direct Questions to:
Miranda Brown, Contracting Specialist
Miranda.Brown.3@us.af.mil
Eric Dumpert, Contracting Officer
Eric.Dumpert.1@us.af.mil
- All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any potential respondent that wishes to express interest in the requirement must identify in its response whether it is a large business, small-disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and specify whether it is a U.S. or foreign-owned entity.