RECORDER, SIGNAL
ID: SPRHA4-25-R-0284Type: Solicitation
Overview

Buyer

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

NAICS

Bare Printed Circuit Board Manufacturing (334412)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting qualified contractors for the procurement of specialized components, specifically the Flight Control System Recorder Assembly for the F-16 aircraft. This opportunity includes the supply of 11 units of NSN 6625-01-331-2554 and one unit of NSN 5998-01-330-4888, with a focus on compliance with rigorous quality assurance and supply chain traceability standards. The procurement is critical for maintaining operational integrity within military aviation, emphasizing the need for adherence to military specifications and standards, including the use of lead-free materials. Interested contractors must submit a qualification package to become an approved source, with further details available from the primary contact, Scottina Malia, at scottina.malia@us.af.mil. The solicitation is open for submissions, and contractors are encouraged to review the associated documents for comprehensive requirements and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1, a part of the Contract Data Requirements List, outlines essential information for a specific data item required under federal contracts. It includes sections for contract line item numbers, types of data (e.g., Technical Data Package or Training Manual), system/item descriptions, contract details, and submitting offices. Key components include the title of the data item, contract reference, required frequencies for submission, distribution details, total counts, and estimated pricing. The document establishes guidelines on reporting burden estimation, submission protocols, and compliances regarding collection of information. Respondents are instructed not to return the form to the listed address, but instead to send it to the issuing contracting officer. This form serves a critical role in ensuring proper requirements management and adherence to federal contracting processes, facilitating efficient communication between stakeholders involved in contract agreements. Its structured layout aids in systematic data collection, essential for oversight and reporting within government contracting activities.
    The Engineering Data List, dated December 3, 2021, details specifications and requirements for the recorder signal data related to the F-16 aircraft, primarily produced by Lockheed Martin Corporation. The document, prepared by Brian D. Lawson from the 429 Supply Chain Management Squadron (SCMS), provides a comprehensive list of engineering data, including numerous components and their respective engineering drawings, acceptance test specifications, and instructional documents. Each entry is designated with a unique CAGE code, revision number, and a method code describing the data availability status, such as classified documents or government-furnished materials. This structured information is essential for governing procurement processes, supporting government RFPs, and ensuring compliance with engineering standards in military aviation. The feature of including detailed remarks demonstrates the importance of adhering to documented specifications and quality controls for manufacturing processes, particularly in defense contracts. The document serves as a crucial resource for contractors and manufacturers looking to engage in the production or maintenance of critical aircraft systems.
    The Engineering Data List dated July 12, 2023, serves as a technical compilation related to the F-16 aircraft's circuit card assembly, sourced from Lockheed Martin Corporation under CAGE code 81755. It details various engineering drawings, specifications, and procedures necessary for manufacturing and quality control of components. Key entries include circuit card assembly (reference number 16C0202-805), acceptance test specifications, soldering and workmanship standards, and handling of static-sensitive materials. The list is classified, with specific data release restrictions depending on approval from the Foreign Disclosure Office. The document is structured into two pages cataloging numerous engineering documents essential for Federal Government RFPs and grants pertaining to military applications, ensuring that manufacturing adheres to established standards and regulatory compliance. This data is crucial for maintaining operational integrity and safety for the F-16 program.
    This document sets forth the engineering data requirements for the manufacture of the Flight Control System Recorder Assembly for the F-16 aircraft. Identifying details include part number 16VC040-3 and national stock number 6625-01-331-2554WF, authored by Jonathan Tuchow on December 3, 2021. The specifications require adherence to alternative standards rather than those indicated, with a strict prohibition on deviations from control drawings without appropriate approvals. A significant element is the mandate regarding the use of lead-free solder and components; contractors are obliged to notify the US Air Force of their use and must provide certification of compliance in the absence of such materials. The document emphasizes industry standards for marking and evaluation of 'lead-free' military parts concerning reliability and performance. The point of contact for further inquiries is the Engineering Support Activity (ESA). This document exemplifies procedural requirements relevant to government contracts and manufacturing, emphasizing compliance with safety and material standards critical to national security.
    This document outlines the engineering data requirements for the manufacture of a circuit card assembly identified by part number 16C0202-805 and national stock number 5998-01-330-4888WF. It emphasizes that military specifications and standards will not be provided in the bid, thereby outlining alternate standards that will be used. Approval from the cognizant engineering authority is necessary for any deviations from specifications or substitutions in materials. Additionally, marking must adhere to MIL-STD-130 standards instead of FPS-3008, and materials should comply with SAE AMS-QQ-S-571 standards rather than QQ-S-571. Prepared by Jonathan Tuchow, this document serves to ensure that specific engineering practices and materials are strictly followed during production, thus maintaining compliance and quality control within the context of government contracts and procurement processes. This is essential for ensuring reliable supply chain practices and adherence to military standards while engaging with federal and local RFPs.
    The Manufacturing Qualification Requirements document pertains to the Signal Data Recorder (NSN: 6625-01-331-2554, P/N: 16C0200-813) for the F-16 aircraft. It outlines the necessary qualifications that offerors must meet to be recognized as approved sources for this item. Key requirements include notifying government officials of the intent to qualify, certifying access to necessary facilities and equipment, confirming possession of a complete data package, and demonstrating the ability to manufacture to documented standards. Offerors must submit a qualification test plan and undergo a form, fit, and function evaluation of a pre-contract award qualification article. The estimated cost for qualification efforts is approximately $210,000, with a completion timeline of about 365 days. Notably, an offeror may still be eligible for contract consideration even if not fully qualified, provided they demonstrate compliance before the contract award date. Additionally, criteria for waivers of qualification requirements are detailed, allowing some flexibility for previously qualified sources or those with prior government contracts. This guidance serves as a framework for maintaining quality and compliance within government procurement processes for defense-related manufacturing.
    The document outlines the manufacturing qualification requirements for a Circuit Card Assembly (P/N: 16C0202-805), essential for the Signal Data Recorder. Offerors aiming to qualify must notify the government and prove access to necessary manufacturing facilities, testing capabilities, and a complete data package. Compliance with military standards and completing detailed qualification testing is mandatory, with costs estimated at approximately $52,000 and a completion timeframe of 210 days. Successful qualification does not guarantee contract award; qualification articles will be evaluated to ensure form, fit, and function compatibility. Additionally, a waiver for qualification requirements may be available under specific conditions, such as previous government supply or equivalency claims in manufacturing capabilities. This document serves as a guideline for potential suppliers seeking to engage with government contracts, emphasizing the necessity for thorough preparation and compliance with stringent qualification criteria, ultimately ensuring high standards in defense procurement processes.
    The document outlines qualification requirements for becoming an approved source to manufacture the Signal Data Recorder (P/N: 16C0200-813) specific to the F-16 application. It details several essential qualifications that must be met, including notifying the government of intent, certifying manufacturing capabilities, maintaining a complete data package, and providing compliance evidence with federal regulations. Offerors must prepare a qualification test plan, submit a qualification article for evaluation, and bear the costs associated with testing and compliance, estimated at $210,000, typically within a 365-day timeline. The document also specifies waiver criteria for sources already partially qualified, allowing some flexibility in meeting requirements. These waivers apply to companies with existing contracts or those meeting higher-level qualifications for related components. Overall, the qualification process is crucial for ensuring that products meet necessary government standards before contract awards, though meeting them does not guarantee a contract itself.
    The document outlines the manufacturing qualification requirements for becoming an approved source for the Circuit Card Assembly (P/N: 16C0202-805) used in a Signal Data Recorder. To qualify, offerors must notify the appropriate government officials of their intent and demonstrate access to necessary facilities, testing capabilities, and compliance with engineering specifications. They must verify their data packages, conduct testing at their expense, and submit a qualification test plan for government approval. A pre-contract qualification article must be provided for compatibility evaluation, and the qualification process is estimated to cost around $52,000 and take about 210 days to complete. Waiver criteria are also specified, allowing certain established vendors to bypass parts of the qualification if they meet specific conditions. Importantly, being qualified does not guarantee a contract award, underscoring the competitive nature of government contracting. This document serves as a guideline for potential suppliers seeking to engage with government contracts related to military equipment components.
    The document outlines the Statement of Work for military packaging, preservation, and marking requirements for contractors engaged in delivering materials to the Department of Defense (DoD). It mandates adherence to various military and industry standards, including AFMC Form 158, MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for shipment and storage marking. Specific provisions for hazardous materials are detailed, requiring compliance with multiple regulations such as DOT, IATA, and the International Maritime Dangerous Goods Code. The document also emphasizes the use of reusable containers, the reporting of discrepancies via Web Supply Discrepancy Report, and provides references to safety data sheets for hazardous materials. Furthermore, it encourages the use of the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for accessing packaging requirements. This comprehensive guideline aims to ensure proper packaging, tracking, and documentation to facilitate safe and efficient handling, shipping, and compliance with applicable laws and standards in military logistics and operations.
    The document outlines a federal solicitation for procurement, specifically focused on the supply of Bare Printed Circuit Board Manufacturing services under solicitation number SPRHA4-25-R-0284. Issued by DLA Aviation - Ogden, the solicitation is open to unrestricted competition while prioritizing small businesses, including women-owned and service-disabled veteran-owned businesses. The needed items include specialized components for the F-16 aircraft, with detailed quality assurance and supply chain traceability requirements specified. Contractors must comply with Defense Logistics Agency standards, submit proper documentation including unique item identifiers, and adhere to rigorous delivery schedules. Key deliverables, inspections, and acceptance criteria are defined to ensure quality and regulatory compliance. The solicitation emphasizes the importance of on-time delivery improvements and outlines payment procedures via the Wide Area Workflow system. Overall, the document serves as a guideline for contractors seeking to provide essential materials and services to the U.S. government, ensuring adherence to strict compliance and quality standards throughout the procurement process.
    Lifecycle
    Title
    Type
    RECORDER, SIGNAL
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    5841-01-645-7706 (25-R-0238)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 10 Receiver Subassemblies (NSN: 5841-01-645-7706, P/N: CLR1997) for the F-16 radar system. This solicitation, identified as SPRHA4-25-R-0238, requires qualified manufacturers to meet stringent qualification criteria, including the submission of a qualification test plan and compliance with military packaging standards. The Receiver Subassembly is a critical component of the AN/APG-68 radar system, which plays a vital role in the operational capabilities of the F-16 aircraft. Proposals are due by March 14, 2025, and interested parties can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further details.
    Fuel Control
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting qualified sources for the procurement of 62 units of the Fuel Control System, specifically NSN 2910-01-135-5681, which is critical for the F-16 aircraft. This solicitation is restricted to qualified suppliers, namely Pratt & Whitney and AAR Supply Chain, and emphasizes compliance with stringent packaging and delivery requirements as outlined in the associated Statement of Work and engineering data documents. The procurement is vital for maintaining operational readiness and ensuring the reliability of military aviation systems. Interested parties must submit their proposals by February 27, 2025, and can direct inquiries to Scottina Malia at scottina.malia@us.af.mil for further information.
    F-16 Cylinder Assembly
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking qualified vendors to provide three units of the F-16 Cylinder Assembly, specifically identified by NSN 1650-01-417-8523. Interested contractors must meet stringent Manufacturing Qualification Requirements, which include submitting a qualification package, preparing a qualification test plan, and undergoing a comprehensive evaluation process, with testing costs estimated at $1,250,000 and a completion timeline of approximately 365 days. This procurement is critical for maintaining the operational readiness of the F-16 aircraft, underscoring the importance of quality and reliability in defense manufacturing. Quotations are due by March 3, 2025, and interested parties should contact Travis Bodily at travis.bodily@us.af.mil for further information.
    2835-01-056-8593 (25-Q-0269)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the supply of 22 units of Air Housing Assembly components, specifically identified by NSN 2835-01-056-8593 and P/N 160008-200, for use in F-16 aircraft. This procurement emphasizes the importance of On-Time Delivery (OTD) and requires compliance with stringent inspection and acceptance standards, including adherence to military packaging and marking requirements as outlined in the associated documentation. The selected suppliers must ensure supply chain traceability and are encouraged to provide early and partial deliveries without incurring additional costs. Interested parties must submit their quotations by February 24, 2025, and can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further information.
    2835-01-208-0169 (25-R-0291)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 25 accessory gearboxes (NSN: 2835-01-208-0169) for the F-16 aircraft, under solicitation number SPRHA125R0291. This procurement aims to secure essential components critical for the operational readiness of military aviation, emphasizing compliance with stringent military standards and regulations. Interested contractors must adhere to various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including certifications related to the Buy American Act, with proposals due by February 28, 2025. For further inquiries, potential bidders can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil.
    1650-01-417-8525 (25-R-0264)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 28 units of the PANEL, POWER DISTRIB, identified by National Stock Number (NSN) 1650-01-417-8525 and part number 16VH202-3. This solicitation, designated as SPRHA4-25-R-0264, emphasizes the need for compliance with military specifications and standards, including engineering data requirements, manufacturing qualifications, and stringent packaging and marking protocols. The components are critical for the F-16 aircraft, underscoring their importance in maintaining operational readiness and safety. Interested suppliers should contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or call 385-519-8310 for further details, and must adhere to the specified timelines and quality standards outlined in the solicitation documents.
    Circuit Card Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting qualified sources for the procurement of Circuit Card Assemblies, specifically two units of NSN 5998-01-505-3907. This acquisition is critical for military applications, particularly for the F-16 aircraft, and requires compliance with stringent quality assurance standards, including ISO 9001-2015, as well as adherence to military packaging and labeling requirements. Interested vendors must submit their proposals by the extended deadline of February 24, 2025, and are encouraged to contact Scottina Malia at scottina.malia@us.af.mil for further details regarding the solicitation and requirements.
    Power Supply
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the manufacturing of a power supply component designated for the F-16 aircraft. This procurement requires compliance with stringent military specifications, including adherence to packaging, labeling, and documentation standards as outlined in various military and commercial guidelines. The power supply is critical for military operations, emphasizing the need for quality assurance and traceability in the supply chain to prevent counterfeit parts. Interested contractors must submit their qualification packages by March 24, 2025, and can direct inquiries to Scottina Malia at scottina.malia@us.af.mil for further details.
    Power Control Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential sources for the procurement of a Power Control Assembly, specifically for the F-16 aircraft. This Sources Sought Synopsis aims to identify businesses, particularly small and disadvantaged ones, capable of manufacturing and supplying the power control assembly component (NSN 1680-01-258-5608RK), while also managing logistics associated with this procurement. The initiative is crucial for maintaining the operational readiness of the F-16 fleet, and the Air Force may consider breaking down the requirement by airframe to enhance competition among suppliers. Interested parties are encouraged to respond with their business information, including company size and capabilities, and can contact 422 SCMS at 422.SCMS.AFMC.RFI@us.af.mil for further details.
    F-16 Relay Assembly
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of the F-16 Relay Assembly, with a total small business set-aside under FAR 19.5. The contract requires compliance with specific delivery schedules, quality assurance measures, and the submission of a Counterfeit Prevention Plan, emphasizing the importance of timely and reliable supply chain management for military operations. This procurement is critical for maintaining the operational integrity of the F-16 aircraft, which plays a vital role in national defense. Interested contractors must submit their quotations by February 28, 2025, and can direct inquiries to Michelle Mihu at michelle.mihu@us.af.mil.