F-16 Relay Assembly
ID: SPRHA4-25-Q-0294Type: Solicitation
Overview

Buyer

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

NAICS

Relay and Industrial Control Manufacturing (335314)

PSC

RELAYS AND SOLENOIDS (5945)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1, dated February 2001, serves as the Contract Data Requirements List, facilitating the collection of crucial information for government contracts. It outlines a standardized format for submitting data items associated with contracts, including essential fields such as contract line item number, contractor details, data item title, frequency of submission, and distribution details. The form emphasizes the importance of responding accurately to minimize the public reporting burden, estimated at 110 hours per response. It also provides instructions for submission, ensuring forms are sent to the designated Government Issuing Contracting Officer rather than the headquarters address. Overall, the document plays a vital role in maintaining structured communication between contractors and the government regarding data requirements, supporting transparency and efficiency in government contracting processes. It exemplifies the federal effort to streamline compliance and data management in the context of RFPs and grants.
    The document is an Engineering Data List pertaining to the F-16, identifying various components and specifications associated with the Relay Assembly. The list includes details such as the CAGE code, National Stock Number (NSN), and the manufacturer (Lockheed Martin Corporation), along with engineering drawing numbers and accompanying documentation for various components related to the F-16's relay systems. Numerous entries delineate technical drawings, specifications for electrical connectors, sealants, bonding requirements, and testing standards—all vital for maintaining the operational integrity of the F-16's systems. The document emphasizes the importance of adherence to established engineering standards and the requirement for qualified processors for specific parts. Furthermore, it notes that release of this data to foreign entities is contingent upon foreign disclosure office approval, underlining the sensitive nature of the information. This document serves as a reference for contractors and engineers involved in the maintenance and production of the F-16 aircraft, ensuring compliance with U.S. government regulations and industry standards.
    The document outlines the engineering data requirements for manufacturing the Matrix Assembly, Relay-Master Arm/Release (F-16), specifying Part Number 16E1373-865 and National Stock Number 5945-01-560-6562WF. It emphasizes that military specifications will not be provided in the bid set, and outlines the necessary standards for manufacturing materials and components, including marking and material specifications. The document highlights the Department of the Air Force's stance on lead-free solder and components, requiring compliance with existing reliability and performance standards due to potential impacts on national security. Contractors must notify the Air Force of any lead-free components used and provide written certification of compliance if none are used. Additionally, a Counterfeit Prevention Plan (CPP) must be established by contractors supplying electronic parts to prevent counterfeit goods from entering the supply chain. The document stresses adherence to the DOD-adopted SAE 5553 standard, aimed at avoiding, detecting, and addressing counterfeit electronics parts. Overall, the file serves as a guideline for contractors engaged in providing electronic systems to ensure quality, reliability, and compliance with national defense standards.
    The DD FORM 1423-1 serves as a Contract Data Requirements List for federal contracts, specifically outlining the parameters for submitting and managing data items associated with a contract. It collects essential information regarding the contract such as the contract line item number, contractor details, data item title, frequency of submissions, and distribution instructions. The form emphasizes the estimated public reporting burden and mandates that feedback be directed towards the Department of Defense regarding the collection process. This document highlights the structured approach the government takes in managing contract data requirements while ensuring compliance and clarity in submissions and approvals. It serves both practical and procedural roles within the framework of government RFPs and grants.
    The Statement of Work outlines the packaging, preservation, and marking requirements for military materials as specified by the Department of Defense (DoD). Offerors must adhere to a variety of standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Additionally, specific guidelines for hazardous materials must comply with various international regulations and safety protocols, including the International Civil Aviation Organization (ICAO) and U.S. federal regulations. Packaging for reusable containers must be safeguarded, and discrepancies in shipments must be reported through the Web Supply Discrepancy Report process. The document emphasizes the importance of compliance with the AFMC Form 158 and the associated Packaging Requirements, with procedures detailed for shipping and testing hazardous materials. The acquisition process also leverages the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for reviewing packaging requirements. Overall, the document serves as a comprehensive guideline for contractors involved in the packaging and shipping of military materials, ensuring safety regulations and quality standards are met in accordance with federal and military demands. This is pivotal for maintaining the integrity of defense operations.
    The document is an amendment to a government solicitation and contract modification identified as SPRHA4-25-Q-0294-0001, effective January 15, 2025. It facilitates alterations concerning a contract related to the F-16 Relay Assembly, including the removal of Variance in Quantity (VIQ) from the Contract Line Item Number (CLIN) 0001. The amendment emphasizes the importance of acknowledging receipt prior to offering submission to avoid potential rejection. Additionally, the document outlines On-Time Delivery (OTD) requirements as part of an improvement initiative by the Defense Logistics Agency (DLA) and the Air Force Sustainment Center. The government has established a Required Delivery Schedule (RDS) based on customer needs and production lead time, urging contractors to propose achievable delivery schedules. Specifics include certifications needed for First Article Test Reports, a Counterfeit Prevention Plan, and identified locations for ship-to addresses. This document exemplifies standard government practices for managing contracts and ensuring compliance with procurement regulations while maintaining product quality and timely delivery.
    The document is an Amendment of Solicitation/Modification of Contract (SPRHA4-25-Q-0294-0002) issued by DLA Aviation - Ogden, detailing adjustments made to procurement requirements. The amendment's primary purpose includes changing the delivery timelines for various line items: extending the delivery for CLINS 0001AA and 0001AB from 180 days to 365 days after contract award, and for CLIN 0001AC from 60 days after award to 180 days. Additionally, the closing date for submissions has been extended to February 28, 2025. Part I outlines the supplies and services required, indicating a focus on an F-16 relay assembly and a Counterfeit Prevention Plan. The amendment emphasizes the importance of an On-Time Delivery Improvement initiative, which aims to enhance delivery schedules to meet customer needs and production lead times. Contractors are encouraged to propose feasible delivery dates based on internal assessments. The document also includes specific details for inspection, quality assurance, and shipping requirements, aiming to ensure compliance with government standards. Overall, this modification serves to clarify and update existing solicitation terms to facilitate better contract execution.
    The document is a Request for Quotation (RFQ) issued by DLA Aviation for the procurement of the F-16 Relay Assembly, emphasizing that it is 100% set aside for small business participation. Issued on January 14, 2025, the RFQ outlines requirements for quotations due by February 14, 2025. Key components include specifications for the supplies and services requested, delivery schedules, quality assurance measures, and a structured bidding format for interested contractors. It highlights the importance of an achievable delivery schedule aligned with the government’s Required Delivery Schedule (RDS), which incorporates historical data and production lead times. Additionally, the document mandates compliance with standards regarding supply chain traceability and proper packaging and marking according to military specifications. The RFQ also contains crucial clauses regarding inspection and acceptance, terms for payment, warranty obligations, and expectations for first article testing, which ensure quality before full-scale production. Overall, the RFQ aims to initiate competitive bidding for essential defense supplies while maintaining rigorous standards for quality and accountability.
    Lifecycle
    Title
    Type
    F-16 Relay Assembly
    Currently viewing
    Solicitation
    Similar Opportunities
    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 Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of a solenoid valve (NSN: 4810-01-099-6392) specifically for Foreign Military Sales (FMS) customers. The acquisition is restricted to qualified sources, including Honeywell and Lockheed Martin, and emphasizes the need for on-time delivery, with pricing requested for quantities ranging from 1 to 16+ units. This solenoid valve is a critical component for the F-16 aircraft, underscoring its importance in military operations. Quotations are due by January 16, 2026, with a proposed delivery date set for June 30, 2027. Interested parties can contact April Blakeley at april.blakeley@us.af.mil for further information.
    F-16 Electronic Component
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of eight electronic components for the F-16 aircraft, specifically identified by NSN 5998-01-322-7746. The opportunity focuses on Bare Printed Circuit Board Manufacturing, requiring adherence to strict military and commercial packaging and marking standards, including MIL-STD 2073-1 and MIL-STD 129, to ensure compliance and safety during shipment and storage. This procurement is critical for maintaining the operational readiness of the F-16 fleet, with a required delivery date set for November 30, 2027, and a Counterfeit Prevention Plan due 30 days after contract award. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Dept Of Defense
    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.
    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.
    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.
    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 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.
    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.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.