VDATS DA and AB-2 Kits
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 soliciting quotes for VDATS DA and AB-2 Kits and associated equipment, a firm-fixed price acquisition for proprietary items from Astronics. This opportunity is designated as other than full and open competition (sole source). Quotes are due by February 3, 2026, at 12:00 PM EST.
Purpose & Scope
This is a combined synopsis/solicitation for commercial products, specifically Astronics Versatile Depot Automatic Test Stations (VDATS) DA and AB-2 Kits, along with VDATS AB-9 Kits, PXIe-3152-2 Dual Channel AWG, and MODULE ASSY, 128-CH, SE TO DIFF TRANSLATOR. The acquisition is a firm-fixed price requirements type, awarded under the authority of FAR 6.302-1 & 10 USC 2304(c)(1) due to Astronics being the only responsible source with proprietary data. All items must comply with FAR Subpart 25.1 (Buy American-Supplies) or be from partnering countries under FAR Subpart 25.4 (Trade Agreements).
Contract Details
- Contract Type: Firm Fixed Priced (FFP)
- Period of Performance: Base Year (February 9, 2026 – February 8, 2027) with four Option Years.
- Anticipated Award Date: February 9, 2026.
- FOB: Destination.
Submission & Evaluation
- Questions Due: February 2, 2026, 5:00 PM EST.
- Quotes Due: February 3, 2026, 12:00 PM EST.
- Submission Method: Quotes must be submitted via email to the Contract Specialist or Contracting Officer. Facsimile (fax) quotes will not be accepted.
- Basis for Award: The Government intends to award to the responsible offeror whose offer conforming to the solicitation is the lowest price. The provision at FAR 52.212-2 (Evaluation) does not apply.
- Requirements: Offerors must include completed FAR 52.212-3 (Offeror Representations and Certifications) and provide documentation demonstrating adequate financial resources (FAR 9.104-1).
Eligibility & Set-Aside
- Set-Aside: Other than full and open competition (sole source).
- NAICS Code: 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals) with a size standard of 750 Employees.
- A subcontracting plan will be required prior to award if the award goes to a large business.
Place of Performance
Warner Robins, GA, United States.
Contact Information
- Primary Contact: Patrick Madan (patrick.madan.2@us.af.mil)
- Secondary Contact: Teresa Duval (teresa.duval@us.af.mil)