Repair of the F-16 IF Assembly
ID: FA825124R0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8251 AFSC PZABBHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.

    Point(s) of Contact
    Files
    Title
    Posted
    The Contractor User’s Guide for the Commercial Asset Visibility Application Framework (CAV AF) details processes for tracking and managing repairable items at government and commercial repair facilities. Its primary purpose is to maintain asset visibility throughout the repair cycle by enabling contractors to report maintenance and supply transactions accurately and timely. The guide outlines contractor responsibilities, emphasizing the importance of systematic data entry for effective inventory control and financial tracking. Key functions include item receipt, induction, awaiting parts, and shipping, all of which must follow a specific sequence to optimize repair workflows. This version also highlights technical considerations for system access via Public Key Infrastructure (PKI) certificates and detailed procedures for handling Government-Furnished Material (GFM). Moreover, it provides step-by-step instructions for various operations, such as bulk processing transactions and condition code changes. The document's structured layout includes sections for overviews, user responsibilities, technical considerations, and operational instructions, ensuring that contractors clearly understand their roles within the CAV AF framework. Overall, this guide helps foster accountability and efficiency in managing federal contract repairs, facilitating adherence to government regulations and enhancing logistical operations.
    The DD Form 1423-1 is a Contract Data Requirements List designed for the Department of Defense (DoD) to specify the requirements for data items associated with contracts. It includes essential fields such as the contract line item number, contract reference, data item title, and details about the contractor. The form serves multiple purposes, such as ensuring proper documentation management, outlining submission timelines, and defining the inspection and acceptance processes for data delivering entities. Respondents are required to follow strict administrative guidelines regarding the preparation and approval process of the listed data items, and they must indicate associated costs through designated price groups based on the data’s relevance and development requirements. The form aims to streamline communication between contractors and the government, supporting the acquisition process by ensuring that all required data is captured accurately while conforming to government standards, ultimately fostering transparency and efficiency in federal and state/local contracts.
    The DRILS Technician Guide outlines procedures for using the DRILS (Depot Repair Information Logistics System) to manage repairable items efficiently. It details the process of inducting items into the system, assigning operational statuses like “In-Work,” and documenting maintenance actions. The guide is structured into sections that cover support options, status assignment methods, maintenance documentation, and handling of specific scenarios, such as adding parts or managing unserviceable items. Key functions include: - Induction of items using Inventory Tracking Numbers (ITNs) and interfacing with related databases. - Various methods for assigning and changing item statuses. - Documentation of maintenance processes, including the removal and installation of parts. - Procedures for out-processing items depending on their condition (e.g., serviceable or condemned). Overall, the guide serves as a comprehensive manual for technicians to ensure accuracy and compliance with maintenance standards, crucial for effective resource management in federal repair operations. Its purpose aligns with government accountability and efficiency in logistics by providing clear protocols for maintenance management and support.
    The document serves as a solicitation for a five-year requirements contract issued by the Department of the Air Force, specifically for the repair of interchangeable National Stock Numbers (NSNs). It outlines the solicitation number FA8251-24-R-0013 and provides extensive details regarding the types of services and supplies requested, including CLINs (Contract Line Item Numbers), pricing structures, and delivery schedules, delineated over five distinct ordering periods. Key components include the necessity for inspections and quality assurance measures at the origin, requirements for electronic submission of payment requests, adherence to the Buy American Act, and specific guidelines regarding delivery and packaging. The document emphasizes the importance of including a DD1348-1 shipping form with assets and mandates compliance with various contract clauses and regulations, such as the DFARS (Defense Federal Acquisition Regulation Supplement). Overall, the solicitation aims to streamline the procurement process for necessary repairs, ensuring compliance with federal acquisition regulations while facilitating efficient contract management procedures.
    The document outlines a Request for Proposal (RFP) for a Receiver Subassembly, specifically the Low Noise Assembly for F-16C/D aircraft, identified by NSN 1270012235840WF. The assembly comprises various components, including two terminals, one capacitor, and one isolator, and serves a critical function in the AN/APG-68 radar system. The item, classified under criticality code X, is indicated as having demilitarization code D and a security code of 7, signaling its sensitive nature. The dimensions are specified as 7.9 inches in length, 4.31 inches in width, and 1.8 inches in height, weighing 3 pounds, with material composition including precious metals. The document notes that detailed technical capabilities and compliance with safety standards are essential for suppliers, aligning with federal requirements. The RFP initiator is Bryan K. Nance from the 416 SCMS/GUMAD, reflecting an organized structure aimed at enhancing military aviation systems' reliability and security through specified procurement processes.
    The document outlines a government Request for Proposal (RFP) related to a Low Noise Receiver Subassembly, identified by NSN 1270011937344WF. Notable details include its dimensions (7.9 inches in length, 3.2 inches in width, and 1.78 inches in height) and weight (2 lbs), constructed from aluminum alloy. This component functions to down-convert signals to baseband frequency and is classified with a criticality code of 'X', indicating its importance in operational contexts. Additionally, it falls under security code '7', and the document specifies a demilitarization code 'D' related to its handling. The item's details include a safety critical screw component and emphasize the necessity of careful management due to possible sensitive data implications. In terms of contact, the initiator, Bryan K. Nance, represents the 416 SCMS / GUMAD office, providing two distinct contact numbers for inquiries. The summary illustrates the governmental focus on ensuring the proper processing and evaluation of such critical components, adhering to standards outlined in federal RFPs and grants documentation.
    The document consists of an Item Unique Identification (IUID) checklist that complies with DFARS 252.211.7003, focusing on the requirements for marking specific military items. It details an item with National Stock Number (NSN) 1270012235840WF, which is categorized as a receiver subassembly. The initiator is identified as Joe Refahiyat from the 416 Supply Chain Management Squadron (SCMS), and key contact details are provided. The marking must adhere to the latest version of MIL-STD-130, with specific guidance referring to an engineering drawing. The contractor is responsible for determining the marking location, and it should follow the same method outlined in the associated documentation. The checklist emphasizes the importance of proper item identification and marking for both compliance and logistical purposes. Additionally, the document recognizes the item as an embedded item within its classification, reinforcing the relevance of accurate marking according to established standards. Overall, the IUID checklist is essential for maintaining inventory integrity and operational readiness within military supply chains.
    The document is an Item Unique Identification (IUID) checklist, primarily addressing the requirements under DFARS 252.211.7003. Its purpose is to detail the IUID marking requirements for a specific item, a "Receiver Subassembly," identified by NSN 1270011937344WF. The initiator is Joe Refahiyat from the 416 SCMS / GUEAA organization, providing contact details. The document specifies that marking should follow MIL-STD-130 guidelines, allowing contractors to determine the marking location and method, which must comply with the established standards demonstrated in the assembly's engineering drawings. The item is categorized as an embedded one for the same NSN, reaffirming its identification and marking protocols. This checklist serves a crucial function in the context of government procurement and management, ensuring proper tracking and accountability for military and defense-related items through standardized marking processes.
    The document outlines packaging requirements under Purchase Instrument Number FD20202400650-00, emphasizing adherence to military and international standards for wood packaging materials (WPM). It cites compliance with United Nations regulations concerning invasive species, particularly the pinewood nematode, mandating that all wooden materials, including pallets and containers, be constructed from debarked wood and heat-treated to specified temperatures. Certification from an accredited agency is required. The document specifies additional military packaging requirements, noting that items must meet MIL-STD-2073-1 for military packaging and MIL-STD-129 for marking. Marking must include identification details like OEM names and model numbers. The responsible packaging specialist is named, along with contact information. Overall, this document serves as a directive for federal and military entities to ensure safe and compliant shipping practices globally, focusing on environmental concerns and standardization.
    The Statement of Work outlines the preservation, packaging, and marking requirements for defense-related contracts, emphasizing compliance with various military and international standards. It mandates adherence to AFMC Form 158 and references several Military Standards, including MIL-STD 2073-1 for packaging and MIL-STD 129 for marking shipments. Special Packaging Instructions must be followed for specific items, particularly hazardous and classified materials, and precautions against electrostatic discharge are specified for sensitive electronic components. The document further details protocols for packaging reusable containers, preparation of Safety Data Sheets for hazardous materials, and using the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for packaging requirements. It highlights the necessity for compliance with government regulations, including those from the DOT and international bodies concerning hazardous materials. The overall objective is to ensure safe and compliant packaging and shipment for military supplies, thereby facilitating efficient logistics management and support for Department of Defense operations.
    The Performance Work Statement (PWS) outlines the requirements for the essential repair of the IF Assembly, specifically for the F-16 C/D aircraft, indicating all tasks needed to restore the equipment to a serviceable condition. The document details compliance with technical data, maintenance, testing, and recovery processes while ensuring no modifications to the original designs unless authorized. It emphasizes the importance of counterfeit prevention through a Counterfeit Protection Plan (CPP) and mandates security measures for safeguarding classified information. The scope includes thorough evaluations for each end item, including inspections, disassembly, and replacement of components, with explicit adherence to technical orders and standards. Reporting requirements such as the Commercial Asset Visibility Air Force (CAV AF) End Item Report and the Defense Repair Information Logistics System (DRILS) must maintain 100% accuracy and completeness. Additionally, contingency plans for surge operations during crises are established, underscoring the critical nature of the services provided under this contract. Overall, this PWS reflects the Department of Defense's commitment to maintaining the operational integrity of military equipment while ensuring compliance with safety regulations and proactive counterfeit management.
    The document outlines a repair data list for a specific military part, the Receiver Subassembly (Part Number 758R862G01), under the National Stock Number (NSN) 1270012235840WF. The data includes critical information related to the part, including the CAGE code (97942) and various documentation references essential for repair and maintenance. Each entry details types of documents provided, such as illustrated parts breakdown (IPB), engineering drawings, test specifications, and overhaul instructions, all marked with the terminology for the methods of data availability (S - furnished with solicitation, Y - government rights available). The aggregation of this information aids contractors in understanding the requirements for repairing and maintaining the specified component, facilitating compliance with federal guidelines for defense procurement. Overall, the document serves as a structured resource for defense contractors engaged in repair work, ensuring they have the necessary data to maintain the integrity and functionality of critical military components.
    This document outlines a Repair Data List related to the Receiver Subassembly, specifically part number 691R750G01, associated with CAGE code 97942, dated March 27, 2024. The list provides detailed references for schematics and instructions required for repair and maintenance. Each line item includes the document reference number, availability of data, and government rights pertaining to technical documents. Noteworthy entries include schematic drawings for various carrier assemblies and overhaul instructions, with contributions attributed to Samuel E. Archuleta, indicating a structured approach to managing technical data. The classifications also clarify the type of documentation furnished with the solicitation, underscoring the importance of precise documentation for repairs within the governed procurement framework. This systematic compilation supports RFP requirements by ensuring that all necessary data for repairs and overhauls of the equipment is available to authorized entities, facilitating compliance and operational readiness within government entities.
    This document outlines the qualification requirements for suppliers aiming to repair the IF Assembly (NSN: 1270-01-223-5840 and 1270-01-193-7344) used in the APG68 Radar application. Key qualifications include notifying the government of intent to qualify, certifying access to necessary facilities and equipment, and ensuring a complete data package is maintained. Suppliers must demonstrate compliance through a repair process that meets specific government standards and submit a qualification test plan for approval, culminating in a qualification article assessment. The estimated cost for qualification is $5,000, with a completion time of approximately 180 days. The document also describes qualifications waiver criteria that allow certain companies to bypass some requirements based on their prior experience and capabilities without enhancing complexity or criticality. Ultimately, full qualification is necessary for contract award eligibility, but approval does not guarantee a contract. This framework supports federal procurement processes by establishing stringent criteria for reliable and competent vendors.
    This document outlines the qualification requirements for sources aiming to repair the IF Assembly (NSN: 1270-01-223-5840 and 1270-01-193-7344) used in the APG68 Radar system. Key requirements include notifying the government of the intent to qualify, certifying access to necessary facilities and testing equipment, verifying complete data packages, and demonstrating compliance with engineering specifications and quality requirements. Offerors must submit qualification test plans and, at their own expense, a qualification article for evaluation. Estimated costs for qualification efforts are approximately $5,000, with a completion timeline of around 180 days. Waiver criteria are outlined for potential sources with previous experience or related qualifications, enabling them to apply for exemptions from certain requirements. It stresses that meeting these qualifications does not guarantee a contract award, ensuring only those fully qualified before the contract date are considered for approval. This process reflects stringent government standards aimed at ensuring the reliability and quality of repairs to essential military components.
    This document serves as a transportation data solicitation for procurement under Purchase Instrument FD20202400650-00, initiated on August 15, 2024. It outlines shipping terms and communications with the Defense Contract Management Agency (DCMA) regarding freight shipments. The stipulations include the requirement for vendors to consult DCMA for shipping instructions prior to transporting goods, emphasizing the importance of regulatory compliance to avoid additional costs. The document details specific items with National Stock Numbers (NSNs) to be shipped to DLA Distribution Depot Hill, specifying a monthly shipment pattern of three units per item for a period of 90 days. Various transportation account codes and funding allocations are noted alongside detailed contact and procedural information for DCMA Transportation Group. The intent of the document is to facilitate a smooth and compliant shipping process, ensuring that federal procurement requirements are met efficiently.
    The document provides wage determinations for Electronics Technician positions at various U.S. locations in relation to federal contracts. It outlines specific occupational codes and employee grades, including Maintenance II and Maintenance III roles at Hill AFB, Talladega County, Rockingham County, and Los Angeles County. The wage rates differ across locations, with Maintenance II technicians earning between $26.62 to $33.17 and Maintenance III technicians earning between $28.03 to $34.40, reflecting local labor market conditions and job requirements. The date of the document is February 22, 2024, and it references an official government website for further wage determination details. This information is crucial for federal RFPs and grants, ensuring compliance with wage regulations across various state and local contracting opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F-16 Wing Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified sources to provide F-16 Wing Assemblies, specifically for aircraft components identified by various part numbers. The procurement aims to conduct market research to identify potential suppliers capable of meeting the agency's requirements while enhancing competition and small business access to acquisition information. These components are critical for maintaining the operational readiness of the F-16 aircraft, and the estimated delivery schedule is set for August 8, 2028. Interested parties should contact Dennis Bouy at dennis.bouy@us.af.mil for further details, and potential suppliers must be prepared to meet stringent manufacturing qualification requirements, with an estimated qualification cost of $55,000 and a completion timeframe of 600 days.
    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.
    16--CHECK,5TH STAGE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Department of the Navy, is seeking to contract for the repair and modification of aircraft accessories, requiring flight-critical parts that need government source approval. The procurement aims to secure a specific quantity of NSN 7R-1680-015878503-F7 items, which are commercial, off-the-shelf products needing technical data for full competition. This contract is focused on ensuring timely delivery, with approval processes in place for new sources. Interested parties should refer to the provided links for spares and repair brochures and submit relevant information. The Navy intends to negotiate with a single source but will consider all responsible proposals received within 45 days. Flight-critical aircraft components are the focus of this contract, emphasizing the military's need for reliable and timely sourcing. The parts are crucial for ensuring the functionality and safety of naval aircraft, reflecting the Navy's commitment to maintaining a robust fleet. Interested suppliers should review the provided brochures and reach out to Jena Visconto at the provided email or phone number for more information. The contract has a maximum value of $500,000, and submissions are due within 45 days.
    NSN 1660-01-046-5739, AIRCRAFT DUCT ASSEMBLY, WSDC: 26F, F-16 AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Aircraft Duct Assembly, NSN 1660-01-046-5739, for the F-16 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of eight units, and requires first article testing prior to production. The selected contractors must be certified by the Department of Defense to access unclassified data and comply with federal regulations, ensuring high-quality production of critical aviation components. Interested parties should contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or 804-279-2727, with the solicitation expected to be available on or about September 16, 2024, via the DLA Internet Bid Board System (DIBBS).
    F-16 C-D Dual Mode Transmitter Protection and Control Assembly 5998-01-265-1040 762R370G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 C-D Dual Mode Transmitter Protection and Control Assembly (NSN: 5998-01-265-1040, P/N: 762R370G01). This assembly is used for the application of the F-16 C/D Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. Interested companies must go through a source approval process. The qualification document and additional repair data can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office). The approximate issue date for this notice is July 10, 2023. The place of performance for this procurement is Tinker AFB, OK, USA. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 8017772211.
    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.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of miscellaneous aircraft accessories and components. The procurement involves the delivery of 114 units of the National Stock Number (NSN) 7R-1680-016170783-E7, with a Technical Data Package (TDP) version 002, and requires delivery on a Free on Board (FOB) origin basis. These components are critical for maintaining the operational readiness of naval aircraft, underscoring their importance in defense operations. Interested parties should direct inquiries to Peter A. Kobryn at (215) 697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 Radar Antenna Phase Shift Driver Unit. This unit is used for the F-16 Radar Antenna application. The repair must meet the Qualification Requirements (QRs) outlined in the attached document package. The National Stock Number (NSN) for the unit is 1270-01-561-6088 and the Part Number (P/N) is 562R218H01. The repair is categorized as Expendability, Recoverability, Reparability Category (ERRC) Code T. Interested companies should submit their TO request to AFLCMC.LZP.PUBSALES@us.af.mil.
    F-16 Circuit Card Assembly
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the procurement of F-16 Circuit Card Assemblies, specifically from approved sources, with Northrop Grumman being the only qualified supplier at this time. The procurement requires compliance with stringent military specifications, including first article testing and adherence to a Counterfeit Prevention Plan, ensuring that all components meet the necessary standards for military applications. These circuit card assemblies are critical for the operation of the F-16 aircraft, underscoring their importance in maintaining national defense capabilities. Interested parties must submit their quotations by September 30, 2024, and can direct inquiries to Michelle Mihu at michelle.mihu@us.af.mil for further information.
    Constant Speed Drive
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research for the manufacturing of a Constant Speed Drive (NSN 1650-01-228-9276) designated for the F16 aircraft. The USAF is seeking interested vendors, particularly small businesses including those that are small disadvantaged, 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to provide all necessary labor, materials, and logistical support, along with nonrecurring engineering costs for approval. This procurement is crucial for maintaining the operational capabilities of the F16 aircraft, and interested parties must express their interest by selecting the "Add Me to Interested Vendors" option. The estimated solicitation date is September 2024, with responses due by October 2024; interested vendors should submit their qualifications to 422.SCMS.AFMC.RFI@us.af.mil.