VIAVI Test Equipment
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 the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma, has issued a Combined Synopsis/Solicitation (RFQ) for the procurement of VIAVI Test Equipment. This acquisition is a 100% Total Small Business Set-Aside and seeks to acquire six specific VIAVI Solutions test equipment items. Quotations are due by February 6, 2026, at 2:00 PM CST.
Scope of Work
This solicitation requires the delivery of the following VIAVI Solutions test equipment, with a quantity of one for each item:
- P/N: AVX-10K-MIL - Military Flight Line Test Set Kit - MIL
- P/N: AVX-10K-FAMILY - Flight Line Test Set Configurator
- P/N: AC10K-UC-584S - Coupler Kit UC-584S
- P/N: PSD90-3 - AC/DC Fuel Quantity Test Set
- P/N: 57993 - PSDAF-KC135 Interface Unit FQIS
- P/N: 87340 - ALT-8000 Radio Altimeter Test Set
This equipment is essential for building a Software Integration Lab (SIL) for training on Line-Replaceable Units (LRU) for the KC135 aircraft.
Contract Details
- Contract Type: Firm-Fixed-Price
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Period of Performance/Delivery: 4 weeks After Receipt of Order (ARO) for each item.
- Place of Performance/Delivery: Tinker Air Force Base, Oklahoma (specifically Building 9001).
- Published Date: January 22, 2026
- Response Due: February 6, 2026, 2:00 PM CST
Submission & Evaluation
Quotations are preferred via email. Award will be based on the lowest evaluated price among technically acceptable offers. Price is the sole evaluated factor. Vendors must be authorized to perform repairs on the proprietary VIAVI equipment to be considered. Evaluation will be conducted under FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). All vendors must be registered in the System for Award Management (SAM). Required submission documents include a "wet" signed and dated page 2 of the solicitation, vendor information, delivery, pricing, and a company quotation sheet confirming the quoted item meets specifications.
Additional Notes
A Justification for an Exception to Fair Opportunity (JEFO) was issued, citing the unique and specialized nature of the VIAVI equipment as a brand-name restriction. The government will continue to seek commercial market alternatives for future acquisitions. Inspection and acceptance will occur at Tinker AFB, OK, with payment processed via Wide Area WorkFlow (WAWF).