MRIU BUILD PARTS - SOLE SOURCE
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 FA8222 AFSC OL H PZIE, is issuing a Combined Synopsis/Solicitation (RFQ) for MRIU Build Parts for the F-35 Versatile Depot Automatic Test Station (VDATS) program at Hill AFB, Utah. This is a Sole Source acquisition for specific electronic components and tools. Offers are due by March 4, 2026.
Scope of Work
This opportunity seeks to acquire 40 specific line items, including enclosures, ITAs (Interface Test Adapters), various patchcords (Mini Power, Signal, Mini Coax, Micro Coax, QuadraPaddle), and inspection tools. These parts are critical for the F-35 VDATS Missile Remote Interface Unit (MRIU) program. A Sole Source Justification confirms that Virginia Panel Corporation (VPC) is the only manufacturer capable of providing components that meet the required form, fit, and function, ensuring operational integrity. The total estimated contract cost is $36,287.13.
Contract Details
- Contract Type: Firm Fixed Price
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing)
- Small Business Size Standard: 1,250 Employees
- Delivery: Within 120 days After Receipt of Order (ARO)
- Delivery Location: 6137 Wardleigh Rd., Bldg. 1515, Hill AFB, UT 84056
- Terms: FOB Destination. License renewals are for 12 months after delivery.
Submission & Evaluation
Offers must be submitted via email to audrey.armstrong.4@us.af.mil by March 4, 2026. Questions are due by 1100 on February 26, 2026. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) methodology, where the lowest-priced offer will be assessed for technical acceptability against specifications. Offerors must provide their Cage code and SAM UEI, and include a completed FAR 52.212-3 (Offeror Representations and Certifications). All firms must be registered with SAM.
Key Dates & Contact
- Questions Due: February 26, 2026, 1100
- Offers Due: March 4, 2026
- Primary Contact: Audrey Lee, audrey.ARMSTRONG.4@US.AF.MIL, 801-777-7323