VDATS DA and AB-2 Kits

Project ID: FA8579265281 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyDepartment of the Air Force
Deadline01/27/26
Posted01/12/26
Estimated ValueNot Provided
Set AsideNone
NAICS334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
PSC4920 - Aircraft Maintenance And Repair Shop Specialized Equipment
LocationWarner Robins, GA 31098 United States
Description
Primary Latest Change

Posted: Jan. 12, 2026, 10:50 a.m. EST This is a firm-fixed price requirements type acquisition that will be awarded under the authority of FAR 6.302-1 & 10 USC 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements for VDATS kits and equipment from Astronics due to proprietary data.

Summary (Newest Update)

Background The Department of the Air Force, specifically the Air Force Sustainment Center (AFSC) at Robins Air Force Base, Georgia, has a requirement to procure Astronics Versatile Depot Automatic Test Stations (VDATS) DA and AB-2 Kits. This acquisition is being conducted under the authority that allows for other than full and open competition due to proprietary data associated with the required equipment. The goal of this contract is to ensure that the Air Force has access to specific test kits essential for their operations. Work Details The contract involves the purchase of the following items: - **CLIN 0001**: VDATS DA Kit (Phase 2), Quantity: 15 Each, Kit PN: 409073 - **CLIN 0002**: VDATS AB-2 Kit, Quantity: 10 Each, Kit PN: 409074 - **CLIN 0003**: VDATS AB-9 Kit, Quantity: 1 Each, Kit PN: 409254 - **CLIN 0004**: PXIe-3152-2 Dual Channel AWG, Quantity: 5 Each, P/N: PXIe-3152-2 - **CLIN 0005**: MODULE ASSY, 128-CH SE TO DIFF TRANSLATOR, Quantity: 5 Each, P/N: 90400840-S-3199. All items must comply with Buy American-Supplies or be sourced from partnering countries as per Trade Agreements. Period of Performance Base Period: February 9, 2026 – February 8, 2027; Option Year 1: February 9, 2027 – February 8, 2028; Option Year 2: February 9, 2028 – February 8, 2029; Option Year 3: February 9, 2029 – February 8, 2030; Option Year 4: February 9, 2030 – February 8, 2031. Place of Performance Delivery locations will be specified at the order level.

2: Posted: Jan. 27, 2026, 10:10 a.m. EST This is a firm-fixed price requirements type acquisition that will be awarded under the authority of FAR 6.302-1 & 10 USC 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements for VDATS kits and equipment from Astronics due to proprietary data.
3: Posted: Feb. 3, 2026, 10:52 a.m. EST This is a firm-fixed price requirements type acquisition that will be awarded under the authority of FAR 6.302-1 & 10 USC 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements for VDATS kits and equipment from Astronics due to proprietary data. This has been extended until 10 Feb 2026 at 12 PM EST.
Current: Posted: Feb. 10, 2026, 1:26 p.m. EST This is a firm-fixed price requirements type acquisition that will be awarded under the authority of FAR 6.302-1 & 10 USC 2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements for VDATS kits and equipment from Astronics due to proprietary data. This has been extended until 17 Feb 2026 at 12 PM EST.
Contacts
Contact namePatrick Madan
Contact emailpatrick.madan.2@us.af.mil
Contact phoneNone
Secondary contact nameTeresa Duval
Secondary contact emailteresa.duval@us.af.mil
Secondary contact phoneNone
Same Region Opportunities