QF-16 Sustainment
ID: DB25001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8232 AFLCMC WWMKHILL AFB, UT, 84056-5820, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the sustainment of QF-16 Full-Scale Aerial Targets (FSATs) through a contract with an estimated value between $50 million and $100 million. This procurement is aimed at ensuring the continued operational capability of the QF-16 system, which is critical for various defense training and testing scenarios. The government intends to award a contract with a base ordering period of five years, along with three one-year options, with the anticipated award date set for September 2026. Interested parties are encouraged to submit capability statements or proposals by June 18, 2025, and should direct inquiries to Yvonda Benson or Benjamin Price via the provided email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    QF-16 Sustainment
    Currently viewing
    Presolicitation
    Similar Opportunities
    CDS Sustainment FY32-37
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide repair tube assemblies for the F-16 Fighting Falcon aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 40 units, and requires compliance with specific manufacturing standards and first article testing. The items are critical components for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must register on DLA ProcureX to participate in the reverse auction process, and the solicitation is expected to be issued on or about November 18, 2025; for further inquiries, contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    F-16 Multiplier Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    SUPPORT, STRUCTURAL / NSN 1560-01-650-5281 / F16 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the procurement of SUPPORT, STRUCTURAL, specifically NSN 1560-01-650-5281, related to F16 aircraft. This opportunity is a 100% Small Business Set-Aside, with an estimated annual quantity of 40 units over a five-year base period, emphasizing the critical nature of the item, although it is not classified as a Critical Safety Item. Interested contractors must submit a Source Approval Request (SAR) if they are not among the approved sources, which include Lockheed Martin and several other specified companies, and must be registered in the System for Award Management (sam.gov) to be eligible for award. The estimated solicitation issue date is November 10, 2025, and interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil for further information.