ContractSolicitation

F-16 Power Supply NSN 6130-01-373-0561WF 5 yr IDIQ

DEPT OF DEFENSE FA8212-26-R-0002_v2
Response Deadline
Jun 9, 2026
32 days left
Days Remaining
32
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force, through Air Force Materiel Command, is seeking a five-year indefinite-delivery/indefinite-quantity contract for F-16 power supply units under NSN 6130-01-373-0561WF, with the award limited to a qualified source. The work covers supply of the power supplies for AIS test stands, including an initial minimum order of five units and an estimated total of 30 units over the life of the contract. Award will be made on an all-or-none basis using quality and price, with quality significantly more important, and the solicitation includes requirements such as Manufacturer Qualification Requirements, first article approval for one bid set, ISO 9001-2015, IUID, and counterfeit prevention provisions. Offers are due June 11, 2026 at 3:00 PM and must be submitted by email to Leslie.evans.1@us.af.mil and Brandon.moses.1@us.af.mil, with the Source Approval Request package submitted as soon as possible and no later than with the bid.

Classification Codes

NAICS Code
335999
All Other Miscellaneous Electrical Equipment and Component Manufacturing
PSC Code
6130
CONVERTERS, ELECTRICAL, NONROTATING

Solicitation Documents

16 Files
Solicitation Notice FA8212-26-R-0002 F-16 Power Supply Test Stand.pdf
PDF81 KBMay 8, 2026
AI Summary
The United States Air Force Materiel Command is seeking proposals for a five-year, indefinite-delivery/indefinite-quantity (IDIQ) contract for F-16 Power Supply Units (PCUs) for AIS Test Stands. The solicitation, FA8212-26-R-0002, issued on April 10, 2026, is for a minimum initial order of five units, with an estimated total of 30 units over five years. The PCU is an AC-to-AC converter vital for distributing and controlling power to the test station, including fan power, control, and power for cooling blowers, a double isolated power supply, and the Control and Display Unit. The acquisition is open to all qualified sources, with no set-aside. Interested offerors can obtain solicitation documents and the Technical Data Package from SAM.gov and must submit proposals via email to Leslie.evans.1@us.af.mil and Brandon.moses.1@us.af.mil, including a financial capability statement and CMMC certification status.
FA821226R0002_v2_8May2026.pdf
PDF624 KBMay 8, 2026
AI Summary
This government Request for Proposal (RFP) FA8212-26-R-0002, issued by the Department of the Air Force, Directorate of Contracting, solicits offers for power supplies (NSN: 6130-01-373-0561 WF). The solicitation, issued on May 9, 2026, is a negotiated RFP under the Defense Priorities and Allocations System (DPAS) with a “DO” rating. Offers are due by June 11, 2026, at 3:00 PM. The contract includes provisions for firm-fixed-price items, optional quantities over five years, and requires a First Article (1 EA) for Bid Set A, with a waiver for Bid Set B. Key requirements include compliance with ISO 9001-2015, Item Unique Identification (IUID), and adherence to various FAR and DFARS clauses, notably those concerning cybersecurity (CMMC Level unspecified) and counterfeit electronic part detection. Payment will be made via Wide Area WorkFlow (WAWF), and the contract includes various socioeconomic and compliance clauses.
Attach_01_RFO_Provision_and_Clause_Matrix_v2_FA821226R0002.pdf
PDF154 KBMay 8, 2026
AI Summary
This government file outlines a comprehensive list of provisions and clauses applicable to various federal contracts, grants, and RFPs. It details specific regulations such as the Ombudsman clause, elimination of Class I Ozone Depleting Substances, and requirements for System for Award Management. Key areas covered include cybersecurity compliance (CMMC), contractor and offeror identification, qualification requirements, first article approval, and protection against subcontracting with debarred entities. The document also addresses information regarding responsibility matters, prohibitions on contracting with inverted domestic corporations, material requirements, instructions to offerors, audit and record-keeping, and contract types like indefinite quantity. Furthermore, it includes provisions on small business utilization, convict and child labor, equal opportunity for veterans and workers with disabilities, combating human trafficking, employment eligibility verification, and addressing DEI discrimination. Other clauses cover federal, state, and local taxes, dispute resolution, protest procedures, security prohibitions, safeguarding covered contractor information systems (NIST SP 800-171), changes to contracts, and subcontracts for commercial products and services. The file is structured with contract type, prescription, effective dates, and full text provisions/clauses/instructions.
52.216-19 Order Limitations..pdf
PDF67 KBMay 8, 2026
AI Summary
The document outlines
Attach_03_RFO_Proposal_Cost_Information_Requirement.docx
Word46 KBMay 8, 2026
AI Summary
Attachment 03 outlines the requirements for certified and uncertified cost or pricing data in federal acquisitions, specifically for the Revolutionary Federal Acquisition Regulation (FAR) Overhaul Part 15 and Defense FAR Supplement (DFARS) Part 215. It defines terms like “market prices,” “non-Government sales,” and “uncertified cost data.” The document details exceptions from submitting certified cost or pricing data, including those for prices set by law/regulation or for commercial products/services. Offerors can request exceptions by providing specific information, and the contracting officer may request additional data to determine price reasonableness. If an exception is not granted, offerors must submit certified cost or pricing data according to FAR 15.408-2. For uncertified data, minimum information is required to establish price reasonableness, and offerors must provide explanations for any data redactions or inability to comply with information requests. The provision also mandates that offerors obtain similar information from subcontractors to support price reasonableness and extends these requirements to subcontracts exceeding the simplified acquisition threshold.
Attach_02_RFO_FARS_Provisions.docx
Word19 KBMay 8, 2026
AI Summary
This document outlines several critical provisions for federal contracts and grants. It defines
Attach_08_Unmarked_Eng_Data.pdf
PDF513 KBMay 8, 2026
AI Summary
This memorandum from the Department of the Air Force addresses the handling of unmarked engineering data for vendors and contractors. It specifies that any unmarked drawings should be treated with a
Attach_14_SECTION_M_15Apr2026.pdf
PDF232 KBMay 8, 2026
AI Summary
This government solicitation outlines the basis for awarding a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for supplies. Award will be based on two factors: Quality (significantly more important) and Price. Quality is evaluated by meeting Manufacturer Qualification Requirements and USAF engineer approval. Price is assessed for reasonableness, with the lowest Total Evaluated Price (TEP) from a qualified offeror receiving the award. The award will be made on an all-or-none basis without discussions, though clarifications are permitted. Procedures for price reasonableness evaluation, including handling single bids and unbalanced pricing, are detailed. Award notices are scheduled within 60 days of solicitation closure, with specific notifications for both successful and unsuccessful offerors outlining reasons for non-selection and award details.
Exhibit_B_CDRL_FATR_6130013730561WF.pdf
PDF149 KBMay 8, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for a single data item,
Exhibit_A_CDRL_CPP_6130013730561WF.pdf
PDF147 KBMay 8, 2026
AI Summary
The DD FORM 1423-1, FEB 2001, titled "CONTRACT DATA REQUIREMENTS LIST (1 Data Item)," is a standardized form used for detailing data deliverables in government contracts. This specific instance, associated with contract FD2020-26-00119 for a "Power Supply," focuses on a "Counterfeit Prevention Plan" (CPP). The form outlines requirements for the CPP, including its submission via email to jaime.meredith@us.af.mil, with a deadline of thirty calendar days after contract award. Government comments on the CPP will be provided within fourteen days, and any resubmission must occur within seven days of receiving comments. The document also specifies distribution statement "D" and export control warnings for technical data, adhering to DoD Instructions 5230.24 and 2040.02. Additionally, the form provides detailed instructions for calculating estimated prices for data items based on four groups of effort, ranging from data not essential to the primary contract effort (Group I) to data developed as part of normal operating procedures (Group IV).
Attach_12_MQR_6130013730561WF.pdf
PDF146 KBMay 8, 2026
AI Summary
This government file outlines the manufacturing qualification requirements for the Power Supply (P/N: 2215058-001, NSN: 6130-01-373-0561) used in the F-16 IAIS Test Station. To become a qualified source, offerors must notify the government of their intent, certify possession of necessary manufacturing and testing facilities, verify a complete data package including BAE drawing 2215058, and demonstrate compliance with UID requirements. They must also provide quality, performance, and environmental evaluation data, identify material sources, and submit a qualification test plan for approval. A pre-contract award qualification article must be provided for evaluation, with an estimated cost of $2100 and a completion time of 180 days. Full qualification is required before contract award, though successful testing does not guarantee a contract. The document also details waiver requirements for pre-qualified sources or those supplying similar items, allowing for exemption from certain qualification steps if specific criteria are met, such as prior government supply or qualification for related assemblies.
Attach_13_Pkg_Requirements.pdf
PDF71 KBMay 8, 2026
AI Summary
This government file outlines packaging requirements for federal procurements, emphasizing compliance with international and military standards. It details regulations for wood packaging material (WPM) to prevent invasive species, requiring WPM to be debarked, heat-treated to specific temperatures, and certified by an ALSC-recognized agency, adhering to ISPM No. 15. The document specifies packaging instructions for different items, including MIL Long Line Packaging, and mandates ESD protection and labels where applicable. All packaging, shipping, and storage markings must conform to MIL-STD-2073-1 and MIL-STD-129, with additional marking requirements as per AFMC Form 158. The file concludes with contact information for the packaging specialist.
Attach_11_TAC_Funds.pdf
PDF87 KBMay 8, 2026
AI Summary
This government file, identified by Purchase Instrument Number FD20202600119-00 and initiated on November 5, 2025, details transportation data for solicitations, outlining specific F.O.B. terms and transportation provisions. It emphasizes the critical requirement for vendors to contact DCMA Transportation via the SIR eTool System prior to shipment for all F.O.B. Origin, Foreign Military Sales, and F.O.B. Destination OCONUS/Export movements to obtain necessary DOD regulatory clearances and shipping instructions. Failure to comply may result in additional vendor expenditures. The document provides detailed transportation funds information, including Purchase Instrument Line LOA and First Destination Transportation Account Codes for two separate line items (0004 and 0001). It also specifies ship-to addresses and remarks, such as DLA Distribution Depot Hill for NSN 6130013730561WF. The document is signed by Chiquita D. Cole from 406 SCMS / GULAA.
Attach_10_Item_Description_6130013730561WF.pdf
PDF58 KBMay 8, 2026
AI Summary
This document details the specifications for a power supply, identified by NSN 6130013730561WF, intended for use with end item 4920-01-465-7013. The power supply's physical attributes include dimensions of 24.0000 inches in length, 16.0000 inches in width, 12.0000 inches in height, and a weight of 14.0000 pounds. It is constructed from aluminum, steel, and plastic. The document also provides contact information for Wayne E. Ashley from 416 SCMS / GUMAA, who initiated the description on February 2, 2022. Key codes such as criticality (X), demilitarization (Q), and security (U) are listed, along with other technical and logistical identifiers. The primary function of the item is a power supply.
Attach_04_Pkg_SOW.pdf
PDF215 KBMay 8, 2026
AI Summary
This government file outlines comprehensive preservation, packaging, and marking requirements for offerors providing materials to the Department of Defense. It mandates adherence to various military and commercial standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specific instructions are provided for hazardous materials, electrostatic discharge sensitive items, and wood packaging for international trade (ISPM 15). The document details compliance with regulations such as 49 CFR, ICAO, IATA, and IMDG for hazardous shipments, requiring Competent Authority Approvals and certified test reports. It also covers the use of Item Type Storage Codes, specialized shipping containers (MIL-STD-648), and procedures for reporting supply discrepancies via WebSDR. Offerors are directed to use the ASSIST website for accessing relevant specifications and standards, ensuring all packaging meets rigorous government and international requirements for safety, identification, and handling.
Attach_09_UIID_Requirements.pdf
PDF59 KBMay 8, 2026
AI Summary
This document is an Item Unique Identification (IUID) Checklist, specifically focusing on the IUID marking requirements for a

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineJun 9, 2026
expiryArchive DateJun 24, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8212 AFSC OLH PZABA

Point of Contact

Name
Brandon Moses

Official Sources