F-16 SST Repair; NSN; 5998-01-555-5340
ID: FA8251-26-R-SSTType: Sources Sought
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- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.

    Files
    Title
    Posted
    The United States Air Force is conducting a Sources Sought Notice (FA8251-26-R-SST) to identify potential sources for the repair of Special Functions Module (SFM) Circuit Card Assemblies (CCA) for the F-16 Store System Tester (SST). The relevant NSN is 5998-01-555-5340, with part numbers 8354415P2 and 8354415P002. The government seeks to determine if responsible sources exist, and if the effort can be competitive or a Small Business Set-Aside under NAICS Code 811210 ($34.0M size standard). Interested parties must demonstrate repair capabilities, including the ability to obtain or create necessary troubleshooting, repair process, and configuration data, as InDesign is currently the only known source. Responses, in the form of a three-page white paper, should include company information, business classification, repair experience, ability to procure parts, internal repair processes, capability to manufacture special tooling, anticipated lead time, subcontracting percentages, and any concerns. Responses are due by December 24, 2025, to jesse.baird@us.af.mil and paige.lapoint@us.af.mil. This is solely a request for information; it is not a solicitation or a promise to contract.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    F16_AN_APG68RadarDualModeTransmitter_NSN5998012478169
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the repair and maintenance of the F-16 C/D APG-68 Dual Mode Transmitter Regulator CCA. The service/item being procured is the repair and maintenance of the Regulator CCA for the F-16 C/D APG-68 Dual Mode Transmitter. This service is typically used to ensure the proper functioning and performance of the transmitter in the F-16 aircraft. The offeror must meet qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, qualification article verification, and qualification requirement cost estimate. The estimated cost for testing and evaluation is $3,000, and the estimated completion time for qualification is 180 days. Source qualification waiver criteria are also provided for potential sources who meet specific criteria. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for more information.
    F-16 Test Fixture Assembly - Circuit Card Assemblies
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is conducting a Sources Sought notice for the procurement of various F-16 Test Fixture Assemblies, including Circuit Card Assemblies and Power Supply Assemblies. The objective is to gather market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information. These components are critical for aircraft maintenance and repair, ensuring operational readiness of the F-16 fleet. Interested parties are encouraged to contact Travis Bodily at travis.bodily@us.af.mil for further information, with an estimated delivery schedule for the components ranging from May 2026 to January 2029.
    F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet various qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $3,000, and the estimated completion time for the qualification effort is 180 days. There is also an option for a source qualification waiver based on specific criteria. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for more information.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the repair of the F-16 Radar Antenna Phase Shift Driver Unit (NSN: 1270-01-561-6088, PN: 562R218H01). The objective is to gather market research data to assess whether this procurement can be competitive and potentially set aside for small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned. The repair of this critical component is essential for maintaining the operational readiness of the F-16 aircraft, and interested parties are encouraged to submit a white paper detailing their capabilities, experience, and any teaming arrangements by December 6, 2026. For further inquiries, respondents may contact Veronika Pett at veronika.pett@us.af.mil or Paige LaPoint at paige.lapoint@us.af.mil.
    F16AN_APG68_RadarDualModeTransmitter_NSN5998013069224_PN762R978G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet qualification requirements including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for qualification is $3,000 and completion is expected within 180 days. Source qualification waiver criteria are also provided. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
    F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
    Buyer not available
    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.
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of an F-16 C/D APG-68 Dual Mode Transmitter RF Monitor. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $5700, and the qualification effort is expected to take 180 days. There is an opportunity for a waiver of the qualification requirements based on certain criteria.
    Circuit Card Assemblies (CCAs) (NSNs 5998-01-087-7775 P/N BH1994-2, 5998-01-072-2441 P/N BH1998-1) that support the Environmental Control System tester (ECS), NSN 4920-01-387-6124RN, P/N H301-4
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is conducting market research to identify potential sources for the production of Circuit Card Assemblies (CCAs) that support the Environmental Control System (ECS) tester used in F-16 aircraft. The specific CCAs in question are identified by NSNs 5998-01-087-7775 (P/N BH1994-2) and 5998-01-072-2441 (P/N BH1998-1), which are critical components for testing and troubleshooting various aircraft systems. Currently, Howell Instruments Inc is the sole known source capable of meeting the performance requirements due to their exclusive knowledge and possession of the necessary technical data. Interested parties are encouraged to express their capabilities by emailing Jerry Latimer at jerry.latimer@us.af.mil by December 5, 2025, although this announcement does not constitute a solicitation or commitment by the Government.
    F16_AN-APG-68 Dual Mode Transmitter_NSN5960013415198_PN585R224H04
    Buyer not available
    The U.S. Air Force is seeking sources capable of repairing the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-341-5198 and P/N 585R224H04. Offerors must meet stringent qualification requirements, including facility and testing capabilities, to become eligible repair sources. This procurement focuses on ensuring the availability of this specialized component, likely for national security purposes, and involves a fixed-price contract. Interested parties should contact Tracey Beringer for further details.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.