Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is seeking proposals for F-16 AN/APG-66/68 Radar Post-Production Sustainment services. This contract will provide long-term support, limited repairs, and hardware acquisition under a 10-year IDIQ contract. The opportunity is restricted to the original source due to the specialized nature of the services required.
Due to the circumstances described in the attached Justification and Approval (J&A), the activity request authority to acquire
support services for the F-16 Army/Navy (AN)/APG 66/68 Radar Program under the
authority of Individual J&A using Other than Full and Open Competition in accordance with
Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No
Other Supplies and Services Will Satisfy Agency Requirements. Specifically, FAR 6.302-
1(a)(iii)(B) permits services may be deemed to be available only from the original source
in the case of follow-on contracts for the continued provision of highly specialized services
when it is likely that award to any other source would result in unacceptable delays in
fulfilling the agency's requirements.
This Individual J&A will result in the award of a Firm-Fixed Price (FFP) and Cost Plus
Fixed Fee (CPFF) 10-year indefinite delivery indefinite quantity (IDIQ) contract consisting
of an ordering period of five-year base and one five-year option, with a total possible period
of performance of 10. The proposed contract will include FAR 52.217-8, Option to Extend
Services, for the authority to unilaterally extend the term of services for up to six months
if necessary. This program will provide F-16 AN/APG-66/68 Radar Post-Production
Sustainment (PPS) Support Services to include long-term support for sustainment, limited
repair on test stations, modification support, and hardware acquisition.
This contract is expected to facilitate convenient, fast ordering for all customers. For those
requirements where inadequate pricing history is available or the level of effort is unknown,
such as engineering services, if CPFF pricing arrangements are used, pricing will be
negotiated. Core tasks are applicable only for participating Air Forces that have funded
their cost share in this contract. Core tasks will be priced at the IDIQ level for the first 3
years of the base ordering period. Core Support will be solicited as FFP to establish the
basis for cost sharing arrangements. A separate task order will be issued for Core Support
for each yearly requirement. Non-Core tasks are additional support that fall beyond the
scope of Core tasks and only support those participating Air Forces that have funded their
cost share portion of the Core. Non-Core tasks will be priced at the task order level. The
balance of the contract (Non-Core tasks) will consist of customer-peculiar services
requiring a separate Performance Work Statement (PWS) to be issued on separate task
orders.
These requirements have been supported in the past by NGSC under the previous
contract managed by 416 Supply Chain Management Squadron/GUMAD. This is a followon
effort. Due to the heavy utilization of this effort, primarily by FMS, and significant F-16
footprint, the effort is being transitioned to the FMS Program Office (AFLCMC/WAMI).
When awarded, the contract will be managed by F-16 International Programs Branch
AFLCMC/WAMI.
F-16 AN/APG-66/68 RADAR POST-PRODUCTION SUSTAINMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.