F-16 AIS Test Station System
ID: FA8212-25-Q-0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8212 AFSC PZABAHILL AFB, UT, 84056-5825, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 4, 2025, 12:00 AM UTC
  3. 3
    Due Feb 12, 2025, 12:00 AM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an F-16 AIS Test Station System, with a focus on specific power supply components. This procurement is critical for maintaining and supporting the operational capabilities of the F-16 aircraft, ensuring compliance with military standards and enhancing national defense readiness. The government intends to negotiate a sole source contract with Ametek Programmable Power, as they own the technical data necessary for these components, and interested parties are encouraged to submit capability statements or proposals by February 3, 2025. For further inquiries, potential vendors can contact Jo Blakley at Jo.Blakley@us.af.mil or by phone at 801-586-3461.

Point(s) of Contact
Files
Title
Posted
Feb 4, 2025, 4:06 PM UTC
The document is a DD Form 1423-1, which serves as a Contract Data Requirements List (CDRL) for managing data items associated with Department of Defense (DoD) contracts. It outlines specific requirements for the submission, approval, and distribution of a Contractor Counterfeit Protection Plan (CPP). Key elements include the identification of the contractor, data item titles, submission deadlines, and contact details for technical offices. It specifies that the CPP must be completed and submitted within 30 calendar days post-contract award, with government feedback provided within 14 days for any required revisions. The distribution of documents is marked with an export control warning, indicating the sensitive nature of the technical data involved. The form also provides pricing group classifications to help estimate costs related to data preparation and delivery. Overall, the document emphasizes structured communication between contractors and the government, ensuring compliance and efficient management of contract data submissions in support of military operations.
Feb 4, 2025, 4:06 PM UTC
The document is a Request for Quotation (RFQ) issued by the Department of the Air Force for the procurement of Power Supply units as part of the F-16 AIS Test Station System. The RFQ has a specific request number (FA8212-25-Q-0008) and sets a submission deadline for quotes by February 3, 2025. It outlines the quantities required, the specifications for the Power Supplies with National Stock Numbers (NSN), and asserts essential clauses related to contract terms, payment protocols, and delivery expectations. The Government emphasizes that the quotations are not offers and provides information on submission and questions directed to the designated buyer. It also includes stipulations for quality assurance, inspection requirements, and favored pricing arrangements for small businesses, complying with the NAICS Code 336413. The document serves as both a solicitation for suppliers and a contract framework for ensuring that the requested services meet specified military requirements and compliance.
Feb 4, 2025, 4:06 PM UTC
The document is a Request for Quotations (RFQ) issued by the Department of the Air Force for purchasing F-16 AIS Test Station System components, specifically two types of power supplies. The RFQ (FA8212-25-Q-0008) outlines the procurement process, emphasizing that it is not a small business set-aside and provides contact details for queries. Interested suppliers must submit quotations by February 11, 2025, after which the government will evaluate the responses. The RFQ delineates delivery schedules, quantities, and specific contract clauses addressing quality assurance, problem resolution, and payment procedures. Additionally, it highlights compliance with federal regulations and the necessity of certain certifications. The goal of this RFQ is to ensure timely procurement of essential components for F-16 aircraft systems, supporting national defense objectives while adhering to regulatory standards.
Feb 4, 2025, 4:06 PM UTC
The provided document outlines packaging requirements relevant to military procurement, specifically regarding the use of wood packaging materials (WPM). It adheres to United Nations restrictions aimed at preventing the spread of invasive species, like the pinewood nematode. The document specifies that all wooden materials used in packaging must be made from debarked wood and heat-treated to specified temperatures for pest control. It details various military packaging standards, including MIL-STD-129 and MIL-STD-2073-1, which govern packaging practices and labeling for military shipments. Specific items, such as pallets and containers, must be marked according to these standards, with additional information mandated on shipping containers. The document emphasizes the importance of compliance with international phytosanitary regulations, specifically ISPM No. 15, underlining the necessity for accreditation by recognized agencies. Key points, such as item weights and dimensions, are provided to ensure proper handling and logistics during shipment. The packaging specialist, Keith R. Restorff, represents the office handling these requirements, emphasizing the document's significance in safeguarding against pests while ensuring military readiness.
Feb 4, 2025, 4:06 PM UTC
This Statement of Work outlines the requirements for the preservation, packaging, and marking of materials in compliance with Department of Defense (DoD) standards. Offerors must follow established military and commercial guidelines, including MIL-STD 2073-1 for military packaging and MIL-STD 129 for marking shipments. Packaging must address specific needs such as hazardous materials, which require adherence to various international regulations and standards, including DOT, ICAO, and IATA guidelines. The document emphasizes the importance of using properly certified containers and ensuring that all hazardous shipments are correctly prepared and labeled. Contractors must also manage reusable containers per AFMC Form 158 and report any discrepancies during supply chain processes. Access to relevant specifications and instructional documents is provided through resources such as the ASSIST website. This file serves as a comprehensive guide for contractors engaging with government entities in packaging and shipping military assets, ensuring compliance with federal standards. Understanding these requirements is essential for successful participation in related federal grants and local RFPs within the defense sector.
Feb 4, 2025, 4:06 PM UTC
This government document outlines transportation data related to various purchase orders as part of federal solicitations. It establishes the F.O.B. (Free on Board) requirements, indicating F.O.B. terms to be "Destination," and provides transportation provisions and clauses in accordance with the Federal Acquisition Regulation (FAR). Contact information for the Defense Contract Management Agency (DCMA) is included, emphasizing the importance of coordinating shipment instructions prior to moving any goods to avoid additional costs. The document details three line items, all shipping to the DLA Distribution Depot in Utah, with associated National Stock Numbers (NSNs) and specifically articulated funding information. It also notes requirements for evaluation of bids and proposals related to transportation. The main purpose is to ensure compliance and effective coordination in shipping, outlining responsibilities and necessary procedures for vendors in the procurement process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
F-16 Power Supply
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of a power supply for the F-16 aircraft, specifically under the National Stock Number (NSN) 6130013342151. This opportunity is a total small business set-aside, emphasizing the importance of compliance with various military packaging and engineering standards, including the need for a Counterfeit Prevention Plan to ensure the integrity of electronic components. The power supply is critical for maintaining operational readiness of the F-16, and contractors must adhere to strict delivery schedules and quality assurance measures. Interested parties should submit their proposals by April 25, 2025, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
F-16 Power Supply
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is seeking sources for the procurement of F-16 Power Supplies, specifically the NSN 6130-01-457-1188 WF, with an estimated quantity of 2 units. This opportunity aims to conduct market research to identify capable suppliers and enhance competition while improving small business access to acquisition information. The F-16 Power Supply is critical for the operational readiness of military aircraft, and the estimated delivery schedule is on or before March 30, 2027. Interested parties should submit their capability statements to Michelle Mihu at michelle.mihu@us.af.mil, noting that this is not a Request for Proposal and the requirement is not expected to be set aside for small businesses.
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.
Power Supply
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a Power Supply, specifically designed for use in the F-15 aircraft. The requirement includes the delivery of 26 units of the power supply, which transforms a 3-phase, 400hz, 115/200 VAC input to an unregulated 28 VDC output, with dimensions of 12.0 inches by 6.0 inches by 7.0 inches and a weight of 20 pounds. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-22-R-0266) is May 2, 2025, with a closing date of June 1, 2025, and inquiries can be directed to Chrissy Turnage at christine.turnage@us.af.mil. The contract will not be set aside for small businesses, and the government’s obligation is contingent upon the availability of appropriated funds.
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.
Power Panel
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of seven power distribution panels (NSN: 6110-01-229-1087) specifically designed for the F-16 aircraft. This acquisition is a total small business set-aside, requiring interested contractors to submit a qualification package to become a qualified source, adhering to stringent manufacturing and quality assurance directives outlined in the associated Manufacturing Qualification Requirements document. The power panels are critical components for the operational reliability of military aircraft, emphasizing the importance of quality and compliance in defense contracting. Interested parties must submit their qualifications by April 30, 2025, and can contact Scottina Malia at scottina.malia@us.af.mil for further information.
REQUEST FOR PROPOSAL - NSN 6130-01-523-3339GG - 28V Power Supply Assembly (P/N MT57E1210-1)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is soliciting proposals for the acquisition of the 28V Power Supply Assembly (PSA), part number MT57E1210-1, under solicitation number SPRWA1-25-R-0010. This procurement aims to establish a Requirements Contract with five ordering periods, totaling 35 units, to support the BRU-57/A bomb rack used on F-16C/D platforms, with an estimated delivery timeline of 180 days after receipt of order. The contract will be awarded on a sole source basis to L3Harris Technologies, Inc., and is open for offers until June 30, 2025, encouraging participation from all responsible sources, including small businesses. Interested parties can reach out to Robert Berg at robert.berg.9@us.af.mil for further information.
F-16 MIL-STD-1553 Databus Upgrade Single Award IDIQ Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 MIL-STD-1553 Databus Upgrade through a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) acquisition. The primary objective of this procurement is to secure a contractor for the development, integration, accreditation, and delivery of four initial prototypes for a databus upgrade solution, which is crucial for enhancing the cybersecurity measures of the F-16 aircraft. This acquisition is a 100% small business set-aside under NAICS code 334412, with an estimated contract value of $9.9 million and an anticipated award date in September 2025. Interested vendors must submit a controlled document access request through SAM to obtain the necessary secure attachments, and proposals are due by May 2, 2025; for further inquiries, contact Laurie Auernig at laurie.auernig@us.af.mil or Marcella Iverson at marcella.iverson@us.af.mil.
F16 Power Distribution Panel PN 16F4423-809 NSN: 6110-01-668-3072
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to manufacture a F16 Power Distribution Panel PN 16F4423-809 NSN: 6110-01-668-3072. This panel is used for power distribution in F-16 aircraft. The Air Force has Qualification Requirements (QRs) for this item and companies must go through a source approval process. The approximate issue date for this opportunity is August 4, 2023. Interested companies can find more details in the attached Engineering Data List (EDL) and Manufacturing Qualification Requirements (MQR).
FA823225ESA - F-16 Avionics Hardware and Software Integration - Sources Sought
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking engineering services for the modification of Operational Flight Program (OFP) software and hardware integration for the F-16 aircraft, specifically targeting five subsystems including the Commercial Central Interface Unit (CCIU) and Advanced Color Multi-Function Display (ACMFD). This procurement is critical for enhancing the operational capabilities of the F-16 systems, with the government planning to award a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, anticipated in May 2025, under sole-source authority to ELBIT Systems of America. Interested vendors are invited to submit capability statements within 45 days of the notice, and inquiries should be directed to Contract Specialist Kayla Flores at kayla.flores@us.af.mil or by phone at 801-777-3280.