RECORDER, SIGNAL
ID: SPRHA4-25-R-0284Type: Presolicitation
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 proposals for the procurement of specialized components, specifically a Signal Data Recorder and a Circuit Card Assembly, essential for the F-16 aircraft. The solicitation, identified as SPRHA4-25-R-0284, requires qualified sources to submit a qualification package to be considered for contract award, emphasizing compliance with military standards and rigorous quality assurance protocols. This procurement is critical for maintaining operational readiness and safety in military aviation, with a focus on enhancing on-time delivery and adherence to strict manufacturing requirements. Interested contractors should note that the proposal submission deadline has been extended to August 4, 2025, and can reach out to Scottina Malia at scottina.malia@us.af.mil for further inquiries.

    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 is an amendment to a solicitation by DLA Aviation regarding contract number SPRHA4-25-R-0284. This amendment, effective June 2, 2025, primarily addresses changes in quantity and the submission deadline for a request for proposals related to supplies for the F-16 aircraft. It increases the quantity of two line items: CLIN 0001 (Signal Data Recorder) from 11 to 14 units and CLIN 0002 (Circuit Card Assembly) from 1 to 3 units. Additionally, the deadline for proposals has been extended from March 5, 2025, to July 2, 2025. The amendment emphasizes improving on-time delivery through a required delivery schedule, which companies are expected to review and adjust based on their internal production lead times. Furthermore, it outlines specific quality assurance, inspection, and acceptance requirements for the supplies along with stipulations for transportation and contractor responsibilities. The document serves as an administrative tool to ensure that proposals meet new requirements while maintaining compliance with the established terms of the original contract.
    This document is an amendment to solicitation SPRHA4-25-R-0284, issued by DLA Aviation - Ogden, regarding a procurement exercise. The amendment, effective July 14, 2025, extends the due date for submissions from July 2, 2025, to August 4, 2025. Additionally, it removes specific clauses related to prohibitions on segregated facilities and equal opportunity requirements. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged and in effect. The buyer for this procurement is Scottina Malia, who can be contacted for further inquiries. This document serves to formally update and clarify the requirements and timelines associated with the government procurement process, ensuring that potential contractors are aware of the changes prior to submitting their offers.
    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
    Solicitation
    RECORDER, SIGNAL
    Currently viewing
    Presolicitation
    Similar Opportunities
    Circuit Card Assembly
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting qualified sources for the procurement of various circuit card assemblies and a surveying theodolite, primarily intended for F-16 End Items. The acquisition is restricted to BAE Systems (CAGE 12436) and includes specific delivery schedules for multiple part numbers, with quantities ranging from one to six units, due between April 2026 and March 2028. Compliance with ISO 9001-2015 quality standards, adherence to the Buy American Act, and strict packaging and marking requirements per military standards are essential for this procurement. Interested parties should contact Scottina Malia at scottina.malia@us.af.mil for further details, with the solicitation issued on December 9, 2025.
    F-16 Flaperon
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of one Flaperon (NSN 1560-01-205-8437 WF) for F-16 aircraft, primarily intended for Foreign Military Sales (FMS) customers. Qualified sources, specifically Aerospace & Commercial (Cage 1XKR3) and Lockheed Martin (Cage 81755), are invited to provide pricing for quantities ranging from 1 to 16+ units, with a firm price hold of 120 days and an emphasis on achievable delivery schedules. The procurement is critical for maintaining the operational readiness of F-16 aircraft, and interested parties must submit their quotations by January 21, 2026. For further inquiries, contact April Blakeley at april.blakeley@us.af.mil.
    F-16 Transmitter, Liquid
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three liquid transmitters (NSN: 6680-01-261-5242) intended for Foreign Military Sales (FMS) customers. The procurement requires compliance with military packaging and marking standards, higher-level quality assurance, and adherence to specific manufacturing qualifications, including the submission of a qualification test plan and a qualification article for evaluation. These liquid transmitters are critical components for the F-16 aircraft, ensuring operational reliability and performance. Interested parties must submit their offers by January 21, 2026, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
    1560-01-224-0803 (26-R-0080)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of F-16 aircraft fuel cells, specifically identified by NSN 1560-01-224-0803. This procurement is restricted to qualified sources, namely Axillon Aerospace (Rockmart) Inc. and Lockheed Martin Corporation, and includes stringent requirements such as on-time delivery, a mandatory first article approval process, and adherence to detailed packaging and marking specifications in accordance with military standards. The fuel cells are critical components for the F-16 aircraft, emphasizing the importance of compliance with safety and quality standards in defense operations. Interested contractors must submit their proposals by January 12, 2026, at 2:00 PM, and can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-591-3547 for further information.
    F-16 Multimeter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of an F-16 Multimeter, specifically NSN 6625-01-546-2044. This opportunity is a total small business set-aside under NAICS code 334515, and it requires compliance with various standards, including ISO 9001:2015 and Item Unique Identification (IUID) marking per MIL-STD-130, alongside a counterfeit prevention plan. Proposals are due by January 21, 2026, with a required delivery date for the multimeter set for March 24, 2027. Interested parties can reach out to April Blakeley at april.blakeley@us.af.mil for further information.
    F-16 Multiplier Assembly
    Dept Of Defense
    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
    Dept Of Defense
    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.
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of consumable repair parts for the F-15 and F-16 aircraft, specifically focusing on Constant Speed Drive components. This acquisition is part of a requirements corporate contract and is intended to support the ongoing maintenance and operational readiness of these military aircraft, with items being sole sourced to Collins Aerospace. Interested suppliers must submit their proposals by December 17, 2025, with delivery expected within 300 days after receipt of order, and should direct inquiries to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213.
    F-16 Power Supply
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Power Supply units, specifically under the notice type of Sources Sought. The primary objectives of this procurement are to conduct market research to identify potential suppliers capable of meeting the agency's requirements and to enhance competition by providing information on contracting and subcontracting opportunities. The estimated quantity required is four units, with a delivery schedule set for January 20, 2027, and it is noted that this requirement is not expected to be set aside for small businesses. Interested parties can reach out to Kody Quayle at kody.quayle@us.af.mil for further information and to express their capabilities within 15 days of this notice.
    F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking sources for the qualification of a Circuit Card Assembly with NSN 5998016536192 and PN 187218001, used in the F-16 application. This item is part of the 'ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE' industry. The procurement is a Sources Sought notice, and interested parties must meet strict qualification requirements. To become a qualified source, offerors must notify the Small Business Office or the contracting officer, submit a Source Approval Request (SAR) package, and have the necessary facilities, testing, and inspection capabilities. They must also possess or have access to the complete data package, including specific drawings and specifications from GE Aviation Systems LLC or Utah State University Space Dynamics Laboratory. Offerors will be responsible for demonstrating compliance with Unique Identification (UID) requirements and conducting quality, performance, and environmental evaluations. Additionally, a qualification test plan and a qualification article must be provided and pass evaluation by the government. The estimated cost for testing and evaluation is $3,500.00, and the expected time to complete the qualification effort is 180 days. Full qualification is mandatory for contract award eligibility, but qualification does not guarantee a contract. The place of performance is in Carlton Lndg, Oklahoma, United States.