F-16 Potentiometer, Input
ID: SPRHA124Q0860Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OGDEN, UTHILL AIR FORCE BASE, UT, 84056-5820, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING GEAR COMPONENTS (1620)
Timeline
    Description

    The U.S. Department of Defense, through its Defense Logistics Agency, seeks quotes for two critical components in a foreign military sales order: F-16 aircraft potentiometers and associated engineering data. These components, subject to exacting standards, are essential for the nose landing gear steering system.

    The scope of work involves delivering the specified potentiometers, which include two NSNs and manufacturer part numbers, in accordance with the AS 9100 standard, by March 23, 2027, to the Hill Air Force Base. The successful contractor will adhere to detailed engineering drawings and provide traceability documentation.

    Eligible applicants should possess the expertise and qualifications to meet the stringent standards outlined in the AS 9100 certification and demonstrate experience in the aviation industry.

    This solicitation does not commit the government to any financial obligations. Instead, it seeks information and quotes from potential suppliers. However, a firm-fixed-price contract with an estimated value of $500,000 to $1 million is expected.

    The submission deadline for this opportunity is August 23, 2024, with a requested delivery date also mentioned. Contractors should be aware that inspections and quality checks will be conducted upon delivery.

    The evaluation of bids will consider past performance, technical merit, and price. Technical evaluations focus on adherence to engineering requirements and the F-16 landing gear system's specific needs.

    For further information and clarification, interested parties can contact Travis Bodily at travis.bodily@us.af.mil.

    Offerors should carefully review the solicitation and its amendments, paying close attention to the updated NAICS Code and associated industry classification.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks to procure a comprehensive range of components and engineering data associated with the input potentiometer system of the F-16 aircraft's landing gear. The focus is on acquiring numerous specific parts, including potentiometers, housings, and related assemblies, along with accompanying engineering documentation. These components contribute to the nose landing gear steering system and command pot panel wiring. The RFP outlines a detailed list of part numbers and corresponding quantities, emphasizing the specificity of the requirements. The contractor will need to provide these exact components or their equivalents, adhering to stringent quality standards. Regarding the scope of work, the successful vendor will be responsible for delivering the enumerated parts and associated engineering data. This includes providing parts lists, engineering change notices, and acceptance test procedures. The contractor must strictly adhere to the provided engineering drawings and specifications. The RFP indicates that the contract will likely be a firm-fixed-price arrangement, with an estimated value ranging between $500,000 and $1 million. Offerors should note that submission deadlines are approaching, with a final date expected in early August. The evaluation of proposals will consider past performance and price, with technical merit also being a key factor. The government's engineering team will assess the technical aspects, focusing on the accuracy and completeness of the supplied components and engineering data. Vendors must demonstrate a thorough understanding of the F-16 landing gear system and its specific requirements.
    The government seeks to procure potentiometers for the F-16 aircraft, specifically the Input Potentiometer (F-16 NLG) with associated engineering support and qualification testing. The focus is on ensuring compliance with drawing 16L070 requirements, including form, fit, and function evaluation. Offerors must meet stringent qualification standards, providing facilities and equipment details for evaluation. The process involves submitting a qualification article for government testing and approval, with a 180-day evaluation period estimated. Critical dates include a submission deadline 180 days prior to contract award for qualification testing and a post-award first article exhibit requirement. The approximate cost for qualification is estimated at $10,270, and successful vendors will be added to the approved source list. Evaluation criteria center on the offerors' ability to meet these extensive qualification requirements, with additional consideration given to cost and delivery time.
    The primary objective of this procurement is to obtain comprehensive packaging, preservation, and marking services for military cargo. The focus is on adhering to extensive standards and regulations, ensuring the safe and efficient transportation of goods worldwide. These services are essential for the seamless operation of military logistics and the protection of sensitive materials. The statement of work outlines meticulous requirements, emphasizing compliance with MIL-STD, ASTM, and ANSI guidelines. The scope encompasses developing military packaging, applying preservation techniques, and using specific commodities as outlined by AFMC Form 158. Additionally, contractors must adhere to stringent marking protocols, including MIL-STD 129, and handle hazardous materials properly. Contractors interested in participating must possess expertise in creating wood packaging, electrostatic material handling, and preparing palletized unit loads. The contract's terms and values are not explicitly mentioned but will be defined by individual specifications or task orders. Offerors will be evaluated based on their ability to meet these detailed requirements, with particular emphasis on their experience and compliance with the extensive list of standards. Key dates and critical deadlines are not provided within this file extract, and interested parties should refer to the full RFP document for any project-specific timelines. This concise summary provides a snapshot of the crucial elements within the file, highlighting the government's focus on safe and effective packaging, preservation, and marking techniques for its military operations.
    The amendment updates the NAICS Code—an essential classification—from 334515 / 750 to 336413 / 1250 for a solicitation previously issued. The change reflects a shift in the dominant focus of the procurement, altering the associated industry and size standard. Offerors must acknowledge receipt of this amendment before submitting their offers, or risk rejection. This amendment does not extend the original submission deadline. The solicitation's core objectives and procedures remain intact, but offerors should take note of this crucial administrative revision.
    The government seeks quotes for two potentiometers, specified by NSN and manufacturer part number, for delivery to a foreign military sales customer. The potentiometers must conform to the AS 9100 standard and be delivered by March 21, 2027, to the Hill Air Force Base. Suppliers are required to retain traceability documentation for ten years and must have a current qualification from the relevant contracting authority. Key dates include the quotation deadline of August 23, 2024, and the requested delivery date. Contractors should expect inspections and quality assurance checks upon delivery. This request does not commit the government to any costs or contracts and is for information and quotation purposes only.
    Lifecycle
    Title
    Type
    F-16 Potentiometer, Input
    Currently viewing
    Solicitation
    Similar Opportunities
    F-16 Control Unit, Electronic
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of one Electronic Control Unit for the F-16 aircraft, identified by National Stock Number (NSN) 1005-01-055-7373. The procurement requires compliance with stringent military specifications, including the submission of a Counterfeit Prevention Plan and traceability documentation for the supplied items, emphasizing the importance of quality assurance and adherence to federal regulations. This control unit is critical for the operational integrity of the F-16, underscoring its significance in national defense operations. Quotations are due by September 23, 2024, and interested parties should contact Travis Bodily at travis.bodily@us.af.mil for further details.
    F-16 Panel
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the supply of a manual trim panel (P/N: 16C0650-803) for the F-16 aircraft. This procurement is restricted to approved sources, specifically Lockheed Martin and Bowmar, and interested parties must submit qualification packages to become eligible suppliers. The manual trim panel is a critical component for the operational integrity of the F-16, emphasizing the importance of compliance with military standards and regulations throughout the manufacturing and supply process. Quotations for this opportunity are due by October 7, 2024, and interested contractors can reach out to Michelle Mihu at michelle.mihu@us.af.mil for further information.
    6685-01-149-6398 (24-Q-0990)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for the procurement of a transmitter (NSN: 6685-01-149-6398, P/N: 2101382-3-1 / 16VC001001-5) specifically designed for the F-16 aircraft. The procurement requires compliance with military specifications, including supply chain traceability documentation, and mandates adherence to various packaging and marking standards, particularly for hazardous materials. This transmitter is critical for measuring and controlling industrial process variables, underscoring its importance in defense operations. Interested vendors must submit their quotations by September 16, 2024, and can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or 385-519-8310 for further details.
    VALVE, SOLENOID
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for a solenoid valve, specifically NSN 4810-01-099-6392, with procurement restricted to qualified sources such as Lockheed Martin and Honeywell. Contractors interested in participating must submit a qualification package to demonstrate their manufacturing capabilities, adhering to the stringent requirements outlined in the Manufacturing Qualification Requirements document, which includes a qualification test plan and a pre-contract award qualification article. This solenoid valve is critical for the F-16 aircraft's Emergency Power Unit, emphasizing the importance of compliance with military standards for packaging, labeling, and documentation as detailed in the associated Statement of Work and RFQ. Interested parties should contact Scottina Malia at scottina.malia@us.af.mil for further information, with bids due by September 21, 2024, and delivery expected by March 30, 2026.
    ACTUATOR,ELECTRO-ME
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of electro-mechanical actuators for the F-16 aircraft, specifically NSN: 1680-012540470, Part Number: 16VM005-2. This solicitation is for a definite quantity contract of 111 units, with a delivery schedule of 365 days after receipt of order, and includes requirements for configuration control and critical application items. Interested vendors must submit their proposals in writing, with the solicitation issue date set for September 4, 2024, and can access the solicitation documents via the DLA Internet Bid Board System. For further inquiries, potential offerors may contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    Remanufacture of the F-16 Sieve Bed Set
    Active
    Dept Of Defense
    The U.S. Air Force is seeking a contractor to remanufacture F-16 Sieve Bed Sets, a critical safety component in producing oxygen-enriched gas, through a firm-fixed-price contract with a potential two-year extension. Contractors must provide all necessary materials and expertise to restore these sets to a like-new condition, adhering to strict military standards. The Air Force anticipates awarding the 5-year contract, worth an estimated $585,000 per year, to Cobham Mission Systems Davenport. The solicitation requires prospective vendors to meet stringent packaging and transportation standards, including military packaging and preservation guidelines, and international regulations aimed at preventing the spread of invasive species. Contractors must also comply with detailed reporting obligations, such as Commercial Asset Visibility reporting, to ensure transparency in the maintenance process and effective asset management. These sieve bed sets are vital for Air Force operations, playing a critical role in aircraft functionality. The successful contractor will face a rigorous quality assessment process and tight delivery timelines, reflecting the urgent need for these sets in maintaining Air Force capabilities. Interested parties should contact Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at David.ORourke@us.af.mil for further details. The solicitation period begins on August 29th, 2023, and interested vendors should carefully review the current requirements at http://assist.dla.mil to ensure compliance and avoid any risks associated with outdated information.
    WHEEL ASSEMBLY,AIRC
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency (DLA) is seeking offers for a federal contract to supply and deliver wheel assemblies for F-15 aircraft. This procurement is a Total Small Business Set-Aside, open to all eligible small businesses. The primary goal is to obtain a definite quantity of 191 wheel assemblies, specified by NSN: 1630-016900530 and Part Number 201824789-10(97153)(92003). Deliveries are expected within 225 days of contract award. The scope of work involves the supply of the described wheel assemblies, with the potential for government testing and a first article test. Offerors must complete a copy of the solicitation document to be considered for award. The solicitation issue date is August 13, 2024, and responsible sources are invited to submit offers. Eligible applicants should be small businesses capable of meeting the required delivery schedule and conforming to the specified NAICS and PSC industries. Funding for this contract is estimated at $25,000 to $150,000. The contract type will be determined during the selection process. Interested parties should submit their offers in writing, including a completed solicitation document, to the fax number: (804) 279-4165. The deadline for submissions is the solicitation issue date, August 13, 2024. Evaluations and selections will be based on a combination of factors, including price, past performance, and other criteria outlined in the solicitation document. Past Performance Information Retrieval System (PPIRS) will be utilized in the evaluation process. For further clarification or questions, interested individuals may contact Cindy Hunt, the Contract Specialist, via phone at (804) 971-7217, fax at (804) 279-4437, or email at Cindy.Hunt@dla.mil.
    43--POTENTIOMETER,CNTR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 22 units of the potentiometer, NSN 4320014642203, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military operations. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    5996-01-077-8077 (24-Q-0882)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotes for the procurement of two radio frequency amplifiers, identified by National Stock Number (NSN) 5996-01-077-8077 and part number 681R290G01, specifically for use in the F-16 aircraft. The procurement requires compliance with stringent military specifications, including mandatory first article testing and submission of a test report, ensuring that the amplifiers meet operational integrity and quality standards. This opportunity is critical for maintaining the functionality of defense systems, reflecting the government's commitment to national security and efficient logistics operations. Interested contractors must submit their quotations by September 16, 2024, and can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or 385-519-8310 for further details.
    F-16 ACTUATOR
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking F-16 ACTUATOR. This item is typically used for miscellaneous aircraft accessories and components. The estimated quantity is 2 EACH, with an estimated delivery schedule of December 25, 2024. The procurement is not expected to be set-aside for small businesses. Interested parties may submit a capability statement, proposal, or quotation within 15 days of this notice.