F-16 Tester
ID: SPRHA4-25-R-0190Type: Solicitation
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 13, 2025, 12:00 AM UTC
  3. 3
    Due Mar 22, 2025, 5:59 AM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the procurement of 12 units of the F-16 Tester (NSN: 4920-01-527-2388). This solicitation aims to acquire a Pitot and Static Tester critical for the maintenance and repair of F-16 aircraft systems, emphasizing the need for timely delivery and compliance with stringent manufacturing qualification requirements. Interested vendors must demonstrate their capabilities, adhere to specific packaging and safety standards, and submit a comprehensive data package, with a qualification cost estimated at around $2,000 and a completion timeline of approximately 180 days. The due date for offers has been extended to March 21, 2025, and interested parties can contact Travis Bodily at travis.bodily@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 13, 2025, 3:07 PM UTC
The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense for managing data related to contracts. It details the requirements for the submission of a Counterfeit Prevention Plan (CPP) by the contractor, including submission timelines, distribution instructions, and approval processes. The document emphasizes the importance of marking technical data with appropriate distribution statements and export control warnings, in compliance with U.S. regulations. Key components include specific instructions for the contractor regarding the frequency of submissions, the need for government inspection requirements, and cost estimations categorized into four distinct groups based on their relevance and necessity in fulfilling the primary contracted effort. Ultimately, the form serves as a structured means for capturing and managing critical data in defense contracts while ensuring compliance with regulatory standards.
Mar 13, 2025, 3:07 PM UTC
The document outlines the Manufacturing Qualification Requirements for the Tester, Pitot and Static Systems (NSN: 4920-01-527-2388, P/N: 6012910-001), which supports F-16 systems. It specifies the criteria necessary for vendors to qualify as sources for this component. Offerors must notify the government of their intent to qualify, provide verification of adequate facilities and capabilities, and submit a complete data package. Additionally, they must demonstrate compliance with manufacturing standards, conduct approval testing, and provide a qualification article for evaluation. Cost estimates for qualification are around $2,000, with a completion time of approximately 180 days. Waivers for qualification requirements may be granted under specific circumstances, such as previous experience supplying similar items or a change in ownership while maintaining original capabilities. Ultimately, all offerors must meet defined standards before contract award consideration, although prior qualifications do not ensure a contract will be awarded. This document serves as a guideline for potential contractors in the defense sector aiming to manufacture critical testing equipment.
Mar 13, 2025, 3:07 PM UTC
The Statement of Work outlines strict preservation, packaging, and marking requirements for military-related goods in accordance with various Department of Defense (DoD) standards and regulations. Contractors must comply with AFMC Form 158 and adhere to relevant military and commercial packaging standards, notably MIL-STD 2073-1 and MIL-STD 129. Special guidelines apply for hazardous materials, which must conform to multiple international and national regulations, including ICAO and CFR Title 49. The use of reusable containers is mandated, and all discrepancies in the packaging process must be reported through the designated Supply Discrepancy Reporting system. Key components focus on ensuring proper labeling, documentation, and safety data sheets for hazardous materials, as well as maintaining compliance with specialized shipping requirements. The document serves as a comprehensive directive to ensure effective and secure packaging processes for military equipment, facilitating international trade while adhering to safety and compliance standards.
Mar 13, 2025, 3:07 PM UTC
The document outlines an amendment to the solicitation and modification of a contract (ID: SPRHA4-25-R-0190). Issued by DLA Aviation at Hill Air Force Base, the amendment, effective March 13, 2025, extends the offer due date from February 17, 2025, to March 21, 2025. This extension allows for the provision of requested data and requires contractors to acknowledge receipt by either confirming on their offer copies or submitting separate correspondence. Importantly, it emphasizes that failure to acknowledge receipt may lead to an offer's rejection. The document maintains that all other terms previously established remain unchanged. The amendment is a routine procedural update within the context of federal procurement processes, indicating the necessity of flexibility and communication between government entities and contractors in the RFP process.
Mar 13, 2025, 3:07 PM UTC
The document serves as a solicitation for commercial products and services by the Defense Logistics Agency (DLA) Aviation. It outlines key details for potential offerors, including requisition number FD20202500190, solicitation number SPRHA4-25-R-0190, and the due date for offers set for February 17, 2025. The focus is on purchasing a Pitot and Static Tester for the F-16 aircraft with an emphasis on on-time delivery improvements as part of a broader initiative by the Air Force Sustainment Center. Offerors are required to propose achievable delivery schedules based on internal production lead times, with penalties for non-compliance. The document details inspection and acceptance criteria, delivery methods, and payment procedures, including electronic submission through Wide Area WorkFlow (WAWF). It incorporates various Federal Acquisition Regulation (FAR) clauses and stipulates compliance requirements regarding quality, safety, and environmental considerations, such as prohibitions against certain telecommunications equipment. This solicitation reflects the government's commitment to ensure timely and effective procurement practices while encouraging participation from small and disadvantaged businesses through specific set-asides and subcontracting plans.
Lifecycle
Title
Type
F-16 Tester
Currently viewing
Solicitation
Similar Opportunities
F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manufacture the F-16 Interface Unit, Communications (NSN: 5895-01-354-4287, P/N: 16E4023-5) at Altus AFB in Oklahoma. Offerors must meet stringent qualifications, including certifications related to facilities, equipment, and manufacturing capabilities, with an estimated cost of $12,500 for necessary testing and evaluation, which includes dimensional verification and electronic testing. This procurement is critical for ensuring that the F-16 Interface Unit meets the high standards required for military applications, with a qualification completion time projected at 180 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details.
F-16 Test Station Power Supply (6130-01-373-0561WF)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the F-16 Test Station Power Supply (NSN 6130-01-373-0561WF), with a requirement for 22 units, including options for first article testing. The procurement includes a firm-fixed price contract for the supply of electrical converters, with specific quality assurance measures mandated, including a Counterfeit Prevention Plan and adherence to ISO 9001 standards. This power supply is critical for the operational readiness of the F-16 aircraft, emphasizing the importance of compliance with military specifications and standards. Interested vendors must submit their proposals by May 5, 2025, and can direct inquiries to Leslie Evans at leslie.evans.1@us.af.mil or by phone at 801-586-3964.
NSN 2915-008951070, valve seal assembly, WSDC 26F, F-16 Aircraft
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of a valve seal assembly, specifically NSN 2915-008951070, for the F-16 Aircraft. This opportunity involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 88 units, and delivery is expected within 196 days after order placement. The valve seal assembly, manufactured by ITT Aerospace Controls LLC, is critical for the aircraft's engine fuel system components, underscoring its importance in maintaining operational readiness. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around April 16, 2025, and should direct inquiries to Tatjana Klemmer at Tatjana.Vaughan@dla.mil or by phone at 804-279-2727.
F-16 CONTROLLER, START, NSN: 2925-01-436-7325RK, PN: AY7707382-1
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 47 units of the F-16 Controller, Start (NSN: 2925-01-436-7325RK, PN: AY7707382-1), which is critical for isolating and analyzing engine start faults in aircraft. This solicitation is a sole source acquisition, emphasizing compliance with military packaging and marking standards, including adherence to the "Buy American Act" and specific transportation instructions. The selected contractor will be responsible for ensuring that all items meet stringent quality assurance and inspection requirements, with a submission deadline set for April 28, 2025. Interested parties can reach out to John Nolan at john.nolan.8@us.af.mil or 405-855-3542 for further details regarding the solicitation process.
F-16 VALVE REGULATING, NSN: 4810-01-225-7171RK, PN: 16VY100-3, ALT PN: 5108-00-3, ALT PN: 229185-4
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 47 valve regulating units, specifically designed for the F-16 aircraft. These solenoid-actuated valves, which serve critical functions in regulating and shutting off engine bleed air, are constructed from aluminum alloy and are essential for the aircraft's operational efficiency. The Request for Proposal (RFP), numbered SPRTA1-25-R-0119, is set to be issued on April 14, 2025, with responses due by May 14, 2025, and delivery schedules commencing from August 29, 2025, through January 29, 2026. Interested suppliers can reach out to John Nolan at john.nolan.8@us.af.mil or 405-855-3542 for further inquiries, while proposals must be submitted in accordance with the guidelines outlined in the solicitation, which will be available on the official government procurement website.
1650-01-574-6518- PARTS KIT,HYDRAULIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a hydraulic parts kit specifically for the F-16 aircraft, under solicitation number SPE4A725R0433. The procurement involves a firm fixed-price contract for a total quantity of 655 units, with delivery expected within 427 days from the order date. This parts kit is crucial for maintaining the operational readiness of the F-16 aircraft, which is a key asset in the U.S. military's air fleet. Interested vendors should note that the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around April 6, 2025, and can contact Calvin Peterson at calvin.peterson@dla.mil or (804) 659-8838 for further information.
Power Supply
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting offers for the procurement of power supply components, specifically 63 units of NSN 6130-21-914-2914, designated for the F-16 aircraft. Interested contractors must submit a qualification package to become recognized as qualified sources, adhering to strict military specifications and packaging requirements outlined in the associated documents. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring compliance with high standards for quality and safety in defense logistics. The solicitation has been extended to May 5, 2025, and interested parties should direct inquiries to Scottina Malia at scottina.malia@us.af.mil for further information.
FUEL CONTROL,STARTI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of fuel control systems for the F-16 aircraft under solicitation number SPRHA1-25-Q-0382. The requirement includes the acquisition of two units of the National Stock Number (NSN) 2910-01-135-5681RP, with specific compliance to military standards for quality assurance, inspections, and acceptance of items. These fuel control systems are critical components for the operation of military aircraft, ensuring optimal performance and safety during missions. Interested contractors should direct inquiries to Kitty Lam at kitty.lam@us.af.mil or call 385-519-8181, with proposals due by April 16, 2025.
F-16 Wing Assemblies
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of F-16 wing assemblies, specifically identified by several National Stock Numbers (NSNs). The contract requires the delivery of various wing assembly components, with a total quantity of 30 units across different NSNs, and emphasizes compliance with military specifications and standards throughout the manufacturing process. These components are critical for maintaining the operational readiness and structural integrity of the F-16 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of April 30, 2025, and can direct inquiries to Dennis Bouy at dennis.bouy@us.af.mil for further information.
F-16 CD AN/APG-68 Radar Dual Mode Transmitter 1270-01-238-3662 PN 758R990G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 CD AN/APG-68 Radar Dual Mode Transmitter with National Stock Number (NSN) 1270-01-238-3662 and Part Number (P/N) 758R990G01. The Dual Mode Transmitter is used for the F-16 C/D AN/APG-68 Radar application. Interested companies must go through a source approval process. The qualification document is provided with this notice. This is not a solicitation or request for proposal. The approximate issue date is July 11, 2023. For more information and to submit data requests, contact Tracey Beringer at tracey.beringer@us.af.mil or 777-2211. The place of performance is Tinker AFB, OK 73145, USA.