STEERING UNIT,AIRCR
ID: SPRHA1-25-R-0965Type: Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING GEAR COMPONENTS (1620)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of 66 units of F-16 Steering Units, Aircraft, under solicitation SPRHA1-25-R-0965. This procurement includes one unit for a First Article, if required, and 65 units for the main order, emphasizing compliance with military packaging and marking standards as outlined in MIL-STD-2073-1 and MIL-STD-129R. The goods are critical for maintaining the operational readiness and safety of military aircraft, highlighting their importance in defense logistics. Interested offerors must submit their proposals by September 5, 2025, with an estimated contract value of $800,981.28, and can direct inquiries to Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.

    Point(s) of Contact
    Files
    Title
    Posted
    The document FD20202500965 pertains to a federal Request for Proposals (RFP) focused on enhancing community resilience and disaster preparedness. The main objective is to solicit proposals from qualified organizations that can assist state and local governments in developing strategies and resources to effectively respond to disasters. Key components include assessing current preparedness levels, identifying risks, and crafting detailed action plans tailored to various community needs. Furthermore, the RFP emphasizes collaboration with local stakeholders to ensure that proposed solutions are sustainable and inclusive. The federal investment aims to strengthen overall community resilience against a range of potential hazards, underlining the importance of proactive measures in mitigating disaster impacts. Ultimately, successful proposals must demonstrate innovation, feasibility, and an evidenced-based approach to improving disaster response systems across affected areas.
    Amendment SPRHA1-25-R-0965-0001 extends the solicitation due date for RFP SPRHA125R0965 to September 15, 2025, at 2:00 PM. Issued by DLA Aviation - Ogden, this modification, dated September 15, 2025, is routine and affects only the submission deadline; all other terms and conditions of the original solicitation, dated July 30, 2025, remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The document is classified as Controlled Unclassified Information (CUI) under the Source Selection (SSEL) category, with distribution controlled by FEDCON and managed by DLA Aviation Ogden.
    The DLA Aviation - Ogden has issued Solicitation SPRHA1-25-R-0965, a Negotiated Request for Proposal (RFP) for F-16 STEERING UNITS, AIRCRAFT. The solicitation, issued on July 30, 2025, with an offer due date of September 5, 2025, seeks a total of 66 units (1 for First Article if required, and 65 for the main order, or 66 if First Article is not required). The contract is a rated order under DPAS (DO: A1) with an estimated award amount of $800,981.28. Key requirements include compliance with the On-Time Delivery Improvement initiative, detailed supply chain traceability documentation, MIL-STD-129R for marking, and MIL-STD-2073-1E for military packaging. Inspection and acceptance will vary by item (destination for First Article, origin for main order). Payments will be processed through Wide Area WorkFlow (WAWF) using a COMBO document type. The RFP also includes standard government clauses covering various aspects such as small business subcontracting, equal opportunity, and restrictions on foreign purchases and certain technologies like Unmanned Aircraft Systems from covered foreign countries.
    The document is a government solicitation notice (SPRHA1-25-R-0965) issued by DLA Aviation for a sealed bid to procure airborne steering units for the F-16. The primary objective of the solicitation is to enhance on-time delivery (OTD) in line with the Defense Logistics Agency's improvement initiatives. Respondents are directed to propose a delivery schedule based on an established Required Delivery Schedule (RDS) that reflects customer needs and projected production lead times. Key deliverables include a first article of the steering unit, compliance with quality standards (AS9100), and supply chain traceability documentation to confirm conformance to technical requirements. Specific guidelines for packaging, marking, inspection, acceptance, and delivery timelines are included. The document emphasizes adherence to U.S. procurement policies, including the Buy American Act and special requirements for small business participation. The DLA aims to foster transparency and accountability in procurement, ensuring that contractors meet necessary technical specifications and quality assurance standards while maintaining the integrity of the supply chain. Overall, the solicitation reflects a structured approach to federal contracting and highlights the importance of strategic partnerships in defense procurement.
    The document is an Engineering Data List related to the F-16 landing gear, specifically detailing components such as hydraulic steering units and associated engineering drawings. It is categorized as a classified document with reference to the manufacturer, Lockheed Martin Corporation, and provides the National Stock Number (NSN) for the landing gear. Key personnel, including Jason J. Velez, are noted for data accuracy and engineering oversight. It emphasizes the importance of compliance with material review board procedures and unique identification labeling. Additionally, there are important notices regarding the non-disclosure of certain engineering instructions and references to changes in documentation methodologies that could affect manufacturing processes. The document underscores the need for strict adherence to specified engineering standards and protocols for supply chain personnel. Overall, it serves to guide the manufacturing and management of landing gear components within federal contracts, highlighting regulatory compliance and the proper handling of classified information.
    The document outlines comprehensive preservation, packaging, and marking requirements for military items, emphasizing adherence to various Department of Defense (DoD) standards and regulations. Key standards include MIL-STD 2073-1 for military packaging, MIL-STD 129 for marking, and specifications for hazardous materials following international regulations. The offeror must utilize the AFMC Form 158 for packaging instructions and codes, ensure appropriate markings with naval service tags, and follow guidelines for electrostatic sensitive devices. It also addresses guidelines for wood packaging to comply with the International Standards for Phytosanitary Measures (ISPM 15) and mandates that reusable containers be managed and reported on discrepancies through specified platforms. The contractor is responsible for ensuring hazardous materials are packaged according to stringent safety standards and that Safety Data Sheets (SDS) are submitted to relevant authorities. The complete adherence to the standards detailed is crucial for the potentially hazardous and military-specific nature of the materials involved, reiterating the importance of compliance and safety in logistics and supply chain management for the DoD. Overall, the document aims to promote standardized practices for packaging and shipment across the military supply chain.
    The document outlines the Manufacturing Qualification Requirements for the Valve Assembly, Hydraulic – Nose Gear Steering, designated by NSN 1620-01-054-0042 and P/N 16VL013004-1. It details the prequalification process for potential offerors, emphasizing the need for governmental notification, facility certification, data verification, and adherence to manufacturing and testing standards. Offerors must complete a qualification test plan and demonstrate compliance with performance, environmental, and quality assurance requirements while funding these evaluations themselves. A qualification article must be submitted for assessment, passing which does not guarantee award of a contract. Cost estimates for qualification are approximately $5,000 with a completion timeframe estimated at 365 days. Waiver provisions are outlined for certain entities meeting specified criteria, allowing potential qualification despite not fulfilling all typical requirements. The purpose of this document is to establish clear criteria for qualification and the evaluation of proposals, ensuring that only qualified sources are considered for procurement in government contracts related to military applications.
    Lifecycle
    Title
    Type
    STEERING UNIT,AIRCR
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    VALVE,NOSE LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of a Nose Landing Valve (NSN: 1620-01-045-6113) for F-16 aircraft. The contract includes requirements for a First Article Test Report and production articles, with specific delivery timelines set for 180 calendar days after contract award for the test report and by July 25, 2027, for production articles. This valve is critical for directing hydraulic fluid in the landing gear system of the F-16, underscoring its importance in maintaining aircraft operational readiness. Interested contractors must submit their quotations by January 5, 2026, and can contact Michelle L Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil for further details.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    F-16 Cover, Hydraulic, Pum
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for six units of the F-16 hydraulic pump cover (NSN: 1650-01-270-7696) as part of a procurement for Foreign Military Sales (FMS) customers. This acquisition is restricted to Arkwin Industries (Cage 98391) and is classified as a rated order for national defense, requiring bidders to provide pricing for varying quantities and an achievable delivery schedule. The goods are critical components for the F-16 aircraft, emphasizing the importance of compliance with military standards for packaging, marking, and supply chain traceability. Quotations are due by December 8, 2025, and interested parties should contact April Blakeley at april.blakeley@us.af.mil for further details.
    F-16 Electronic Componen
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for the procurement of two electronic components identified by NSN 5998-01-080-3978. This opportunity is aimed at qualified sources capable of supplying these components, which are critical for the F-16 aircraft, and emphasizes the importance of on-time delivery and compliance with stringent military standards. Interested contractors must submit their quotations by December 10, 2025, and are required to maintain firm pricing for 120 days, with additional requirements for supply chain traceability and adherence to various military packaging and inspection standards. For further inquiries, potential offerors can contact April Blakeley at april.blakeley@us.af.mil.
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of consumable repair parts for the F-15 and F-16 aircraft, specifically focusing on Constant Speed Drive components. This acquisition is part of a requirements corporate contract and is intended to support the ongoing maintenance and operational readiness of these military aircraft, with items being sole sourced to Collins Aerospace. Interested suppliers must submit their proposals by December 17, 2025, with delivery expected within 300 days after receipt of order, and should direct inquiries to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213.
    1680-01-450-6899 - GEARBOX ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 71 units of Gearbox Assembly, AI, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm fixed-price contract with delivery expected within 550 days. The solicitation, identified as SPE4A726R0229, will be issued on or around July 29, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS). For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838, with a response deadline set for January 16, 2026, at 3:00 PM Eastern.
    HOUSING,ANTIFRICTIO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for three units of "HOUSING,ANTIFRICTIO" (NSN: 2835-01-039-4351 RP) as part of a Foreign Military Sales initiative. The procurement requires bidders to provide pricing for quantities ranging from 1 to 16+ units, with a strong emphasis on on-time delivery and compliance with specific packaging and marking standards as outlined in military regulations. This opportunity is critical for maintaining the operational readiness of military assets, and interested vendors must submit their quotes by December 31, 2025, while adhering to the outlined requirements, including Item Unique Identification (IUID) and electronic submission protocols. For further inquiries, Richard Dunlap can be contacted at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
    F-16 Multiplier Assembly
    Buyer not available
    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 Electronic Component
    Buyer not available
    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.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.