Target Generator
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 for a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a Target Generator. This is a sole-source 8(a) set-aside requirement for Tyonek Machining and Fabrication, LLC, focused on the reverse engineering of a Radio Frequency Target Generator for the Advanced Radar and Electronic Warfare Test Station (ARTS) Program. Proposals are due May 22, 2026, at 12:00 PM EST.
Scope of Work
This opportunity requires the reverse engineering of a Radio Frequency Target Generator. Key deliverables include production units, software components, and an extended warranty, with minimum quantities of 1 each and a maximum of 28 each. The contractor will be provided with one inoperable modulation controller as Government Furnished Equipment (GFE). All parts used must be Trade Agreement Act (TAA) compliant. The Performance Work Statement (PWS) is dated April 23, 2026.
Contract Details
- Contract Type: Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: 8(a) Sole-Source (FAR 19.8)
- Intended Awardee: Tyonek Machining and Fabrication, LLC (CAGE: 7KQY0)
- Period of Performance: May 4, 2026 - May 3, 2031 (5-year ordering period, 6-year delivery period)
- NAICS Code: 334515 (Electronic Components and Accessories (Manufacturing))
- Size Standard: 750 employees
- Place of Performance: Warner Robins, GA
Submission & Evaluation
This is a sole-source award, exempt from FAR Part 6 competition requirements. Offerors are advised to review Section L for instructions regarding the submission of limited financial responsibility information, providing any two or three financial capability indicators to support the Government's responsibility determination. First Article Testing is required, with test results needing approval before production commences.
Key Deliverables (CDRLs)
The contract includes several Contract Data Requirements List (CDRL) items:
- CDRL 001: Monthly Status Report (MSR), due monthly (10th day after award, then 7th day).
- CDRL 002: Production Roadmap / Integrated Master Schedule (IMS), due within 30 days of award.
- CDRL 003: Trip/Travel Report, due NLT 5 days prior to Temporary Duty Assignment (TDY).
- CDRL 004: Technical Data Package (TDP) with Technical Drawings, due 112 Days After Receipt of Order (ARO) with the first Task/Delivery Order.
- CDRL 005: First Article Testing/Inspection Procedures and Plan (FAT/IPP), due 112 Days ARO.
- CDRL 006: Quality Control Plan, preliminary submission due 30 days after award.
- CDRL 007: Accident/Incident Report, submitted as required.
Additional Notes
No foreign participation is permitted. Cybersecurity requirements, including NIST SP 800-171 and CMMC Level 2, are applicable to this acquisition.