VDATS Support Equipment Rhodes & Schwartz
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, specifically FA8579 SOFTWARE SPRT AFSC PZIM, is soliciting proposals for VDATS Support Equipment Rhodes & Schwartz. This is an unrestricted, firm fixed-price Requirements type acquisition, justified as a sole-source procurement under FAR 6.302-1 & 10 USC 2304(c)(1) due to proprietary data from the Original Equipment Manufacturer, Rhodes & Schwartz USA, Inc. Proposals are due by February 06, 2026, at 04:00 PM EST.
Scope of Work
This opportunity involves the procurement of specific kits required to assemble VDATS stations. Key deliverables include various VDATS kits (e.g., RF Kit, AB-19 Kit, SASI Kit, PM Kit, SIG GEN KIT, VDATS XC KIT), each identified by a Part Number (P/N) and Product Service Code (PSC) 6625. Quantities specified are Government's Best Estimated Quantities (BEQs), not minimums or maximums.
Contract & Timeline
- Type: Firm Fixed-Price Requirements Contract
- Duration: Five (5) years from the effective date of award, structured into five one-year increments.
- Set-Aside: Unrestricted
- NAICS: 334515 (Size Standard: 750 employees)
- Place of Performance/Delivery: Robins AFB, GA 31098, United States
- Proposal Due: February 06, 2026, 04:00 PM EST
- Published: January 07, 2026
Submission & Evaluation
Offerors must submit proposals including their cage code, UIE number, and taxpayer ID. A narrative statement detailing the company's ability to cover financial responsibilities for the contract, along with substantiating documentation, is required. Supporting documentation for commercial pricing is requested for all parts within the kits. Pricing should be FOB Destination (Robins AFB, GA 31098). A Small Business Subcontracting Plan is required in accordance with FAR 52.219-9.
Additional Notes
The solicitation incorporates by reference FAR 52.212-1, 52.212-4, and 52.212-5, with FAR 52.212-3 also attached. Payment will be processed via Wide Area WorkFlow (WAWF). Inspection and acceptance will primarily occur at Robins AFB, GA. Primary contact is Jonathon VanBrunt (jonathon.vanbrunt@us.af.mil), with Valerie Evans (valerie.evans.1@us.af.mil) as secondary.