F-16 SAASM/EGI Program
Department of Defense — Department of the Air Force
Description
Combined Synopsis/Solicitation: F-16 SAASM/EGI Program — BLUF: The F-16 System Program Office (SPO) is seeking technical support for GEM VII-2 receiver card upgrades. This requirement is structured as a 3-year IDIQ (One-year Base, two 1-year Options) and is intended as a sole-source award to Honeywell Aerospace. — Administrative Data — Field Details — Action Code Combined Synopsis/Solicitation — Date 12 May 2026 — Product or Service Code (PSC) J016 — NAICS Code 334515 — Subject F-16 SAASM/EGI Program — Proposed Solicitation # FA8232 — Closing Response Date 2 June 2026 — Anticipated Award Date 1 July 2026 — Anticipated Award Amount $2,000,000 (Ceiling) — Description of Requirement — The F-16 System Program Office (SPO) requires technical support to swap existing Global Positioning System (GPS) Embedded Module (GEM) II receiver cards with government-furnished GEM VII-2 receiver cards. This effort is critical for enabling anti-spoofing functions within the F-16 Embedded Global Positioning Satellite Inertial Navigation System (EGI). — Operational Throughput & Logistics: — Monthly Throughput: The contractor shall maintain a steady-state throughput of approximately 12 EGIs per month . — Total Mission Scope: This effort supports a total requirement of 100 to 200 EGIs . — Place of Performance: All work shall be performed at the Contractor’s Facility . The Government will ship units to the facility on a continuous delivery schedule. — Contract Structure (IDIQ) — The Government anticipates awarding an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a 12-month Base Period and two 12-month Option Periods. — CLIN Description Period Quantity Unit — 0001 GEM VII-2 Receiver Card Upgrade Support Base (Yr 1) 1 - 200* EA — 0002 Engineering Support Base (Yr 1) 1 Lot — 0003 Data (Contract Data Requirements List) Base (Yr 1) 1 NSP — 1001 GEM VII-2 Receiver Card Upgrade Support Option 1 (Yr 2) 1 - 200* EA — 1002 Engineering Support Option 1 (Yr 2) 1 Lot — 1003 Data (Contract Data Requirements List) Option 1 (Yr 2) 1 NSP — 2001 GEM VII-2 Receiver Card Upgrade Support Option 2 (Yr 3) 1 - 200* EA — 2002 Engineering Support Option 2 (Yr 3) 1 Lot — 2003 Data (Contract Data Requirements List) Option 2 (Yr 3) 1 NSP — *Note: The total aggregate quantity across all CLINs shall not exceed 200 units. — Sole Source Determination — The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 . — Anticipated Source: Honeywell Aerospace Technology (Clearwater, FL). — Justification: Honeywell is the Original Equipment Manufacturer (OEM) of the F-16 EGI. They possess the proprietary technical data, specialized internal tooling, and validated test procedures required to perform internal card swaps while maintaining the airworthiness certification of the assemblies. — Instructions to Respondents — All responsible sources may submit a capability statement, proposal, or quotation, which will be considered by the agency. — Submission: Responses must be received by the Closing Response Date. — Capability Evidence: Any firm contesting this sole-source determination must provide documented evidence of their ability to perform internal hardware upgrades and system validation for the F-16 EGI. — Foreign Participation: Foreign contractor participation is not permitted at the prime contractor level.
Combined Synopsis/Solicitation: F-16 SAASM/EGI Program — BLUF: The F-16 System Program Office (SPO) is seeking technical support for GEM VII-2 receiver card upgrades. This requirement is structured as a 3-year IDIQ (One-year Base, two 1-year Options) and is intended as a sole-source award to Honeywell Aerospace. — Administrative Data — Field Details — Action Code Combined Synopsis/Solicitation — Date 12 May 2026 — Product or Service Code (PSC) J016 — NAICS Code 334515 — Subject F-16 SAASM/EGI Program — Proposed Solicitation # FA8232 — Closing Response Date 2 June 2026 — Anticipated Award Date 1 July 2026 — Anticipated Award Amount $2,000,000 (Ceiling) — Description of Requirement — The F-16 System Program Office (SPO) requires technical support to swap existing Global Positioning System (GPS) Embedded Module (GEM) II receiver cards with government-furnished GEM VII-2 receiver cards. This effort is critical for enabling anti-spoofing functions within the F-16 Embedded Global Positioning Satellite Inertial Navigation System (EGI). — Operational Throughput & Logistics: — Monthly Throughput: The contractor shall maintain a steady-state throughput of approximately 12 EGIs per month . — Total Mission Scope: This effort supports a total requirement of 100 to 200 EGIs . — Place of Performance: All work shall be performed at the Contractor’s Facility . The Government will ship units to the facility on a continuous delivery schedule. — Contract Structure (IDIQ) — The Government anticipates awarding an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a 12-month Base Period and two 12-month Option Periods. — CLIN Description Period Quantity Unit — 0001 GEM VII-2 Receiver Card Upgrade Support Base (Yr 1) 1 - 200* EA — 0002 Engineering Support Base (Yr 1) 1 Lot — 0003 Data (Contract Data Requirements List) Base (Yr 1) 1 NSP — 1001 GEM VII-2 Receiver Card Upgrade Support Option 1 (Yr 2) 1 - 200* EA — 1002 Engineering Support Option 1 (Yr 2) 1 Lot — 1003 Data (Contract Data Requirements List) Option 1 (Yr 2) 1 NSP — 2001 GEM VII-2 Receiver Card Upgrade Support Option 2 (Yr 3) 1 - 200* EA — 2002 Engineering Support Option 2 (Yr 3) 1 Lot — 2003 Data (Contract Data Requirements List) Option 2 (Yr 3) 1 NSP — *Note: The total aggregate quantity across all CLINs shall not exceed 200 units. — Sole Source Determination — The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 . — Anticipated Source: Honeywell Aerospace Technology (Clearwater, FL). — Justification: Honeywell is the Original Equipment Manufacturer (OEM) of the F-16 EGI. They possess the proprietary technical data, specialized internal tooling, and validated test procedures required to perform internal card swaps while maintaining the airworthiness certification of the assemblies. — Instructions to Respondents — All responsible sources may submit a capability statement, proposal, or quotation, which will be considered by the agency. — Submission: Responses must be received by the Closing Response Date. — Capability Evidence: Any firm contesting this sole-source determination must provide documented evidence of their ability to perform internal hardware upgrades and system validation for the F-16 EGI. — Foreign Participation: Foreign contractor participation is not permitted at the prime contractor level.
Create a free account to read the full description
Sign up to access complete RFP details, AI match scores, and more.
Create Free AccountInterested in this opportunity?
Create a free account to view the full description, get AI match scores, and save this RFP to your pipeline.
View Full Details See pricing plansSource
SAM.gov