1560-01-260-5279 (25-R-0276)
ID: SPRHA4-25-R-0276Type: 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

AIRFRAME STRUCTURAL COMPONENTS (1560)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of aircraft parts and auxiliary equipment, specifically focusing on components related to the F-16 aircraft. This opportunity emphasizes the importance of on-time delivery improvements, requiring contractors to propose achievable delivery schedules based on historical data and projected lead times, while adhering to compliance with the Buy American Act and submission of qualification packages. The procurement process is critical for maintaining the operational capabilities of military aircraft, ensuring that all components meet stringent quality and regulatory standards. Interested vendors must submit their proposals by April 4, 2025, and can direct inquiries to Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1, Contract Data Requirements List, is a federal document used to specify data items required under a government contract. The form outlines essential details such as the contract line item number, contractor information, and the specific data item title, along with submission requirements and distribution statements. The document is structured to capture information regarding technical specifications, inspection requirements, and data frequency, and it includes guidelines for contractors on the preparation and submission of reports, particularly related to First Article testing. Key elements include instructions for detailing materials and processing, export control warnings, and the importance of distribution statements regarding data sharing. The form also differentiates the types of data items (Technical Data Package, Technical Manual, or others), specifying their necessity for contract execution. Overall, the document serves as a standardized method for managing data requirements throughout the contracting process to ensure compliance with federal regulations while streamlining communication between contractors and government entities.
    The document is an Engineering Data List (EDL) for a component related to the F-16 aircraft, specifically focusing on the access cover. The data, dated October 22, 2024, is associated with Lockheed Martin Corporation under CAGE code 81755, with multiple engineering drawings and specifications referenced. It includes details on fabrication processes, sealing specifications, metal treatment, and testing methods essential for the manufacturing and assembly of the aircraft component. The document also indicates that release of its data to foreign entities depends on approval from the Foreign Disclosure Office. This EDL serves as a crucial reference in the context of government procurement, ensuring compliance and uniformity in the production of defense-related materials. The detailed structure of references, specifications, and classifications reflects the document's importance in maintaining quality standards and regulatory adherence in military contracts.
    The Engineering Data List (EDL) dated October 22, 2024, documents engineering specifications related to components for the F-16 aircraft, produced by Lockheed Martin Corporation. Compiled by Susan D. Brumbaugh and organized by the 429 Supply Chain Management Squadron (SCMS), the list details various components, including access covers and structural parts, alongside their associated drawing numbers and material specifications. The document includes important reference codes that indicate the nature of the documents supplied—for instance, S (furnished with solicitation), M (stable base drawing required), and C (classified document). The list is comprehensive, featuring a broad array of items from access covers to seals and assembly components. It is aimed primarily for procurement and compliance purposes, facilitating accurate sourcing of parts crucial for maintaining the F-16 fleet's operational capabilities. Overall, this EDL serves to ensure that contractors have access to necessary technical information while also outlining requirements that support quality assurance and regulatory compliance within military aircraft maintenance and upgrades. The mention of a foreign disclosure process indicates controlled access to sensitive data, reflecting the strategic importance of the aircraft in national defense.
    The document outlines engineering data requirements for the manufacture of a specific aircraft cover (part number 16B5512-827) used in the F-16 aircraft. Prepared by Kenneth Mackay from Hill Air Force Base, it specifies that military specifications or standards will not be provided in the bidding set. Key specifications include the necessity for unique identification marking per MIL-STD-130, detailing both human-readable and machine-readable components that must feature the CAGE, part number, and serial number. Substitutions for listed materials require prior approval, and deviations from control drawings also need approval from engineering. Additionally, it emphasizes that certain data, including 16PR100, will not be provided for manufacturing. This document primarily serves as a guideline for contractors responding to government Requests for Proposals (RFPs), ensuring compliance with military standards and identifying critical manufacturing considerations and requirements.
    This document outlines specific engineering requirements for the manufacture of a cover assembly for the F-16 aircraft, identified by part number 16B65102-829 and national stock number 1560-01-416-5716WF. It emphasizes that military specifications and standards will not be included in the bid set. Key instructions highlight that only the sources and materials as per provided specifications will be acceptable, with any substitutions requiring prior approval. Deviations from control drawings are not authorized without corresponding validation. Additional details specify the use of particular materials, including SAE AMS-QQ-A-250/4, and the LF data necessary for manufacturing, while clarifying that certain referenced data will not be provided. The document, prepared by Kenneth Mackay, serves as a foundational guide for potential suppliers participating in the bidding process for the F-16 component, ensuring compliance with military standards and specifications.
    The document outlines the Manufacturing Qualification Requirements for potential suppliers of the Access Cover (Belly) for F-16 Aircraft, citing specific National Stock Numbers (NSNs) and part numbers (P/Ns). It details the prequalification process, including notifying the government of intent to become a supplier and certifying access to necessary facilities and equipment. Key requirements are categorized, focusing on data verification, manufacturing compliance with government specifications, and the need for a qualification test plan approved by the government. The cost estimate for qualification tests is $10,000, with a time frame of approximately 365 days. Offerors must pass evaluation processes, including the submission of a qualification article for testing to demonstrate compatibility and manufacturing capability, although passing these tests does not guarantee a contract award. Additionally, the document explains criteria for requesting waivers from qualification requirements for established sources, such as previous government contracts or similar items supplied. This summary underscores the critical processes for vendors seeking to qualify as suppliers to the Department of Defense, reinforcing the rigor of compliance and testing standards necessary for government contracts.
    The Statement of Work outlines the packaging, preservation, and marking requirements for military materials as specified by the Department of Defense (DoD) in September 2023. It mandates adherence to various military standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. The contractor is responsible for proper packaging of hazardous materials in compliance with international regulations and obtaining necessary safety certifications. Additionally, the document emphasizes the use of reusable shipping containers, the requirement for accurate reporting of discrepancies in shipments, and the provision of Safety Data Sheets (SDS) for hazardous materials. The inclusion of international wood packaging standards (ISPM 15) and the need for compliance with specific FAR clauses highlight thorough regulatory adherence necessary for military logistics. Overall, the document ensures that all materials are effectively protected, identified, and managed to meet military and safety standards, emphasizing proper handling throughout the supply chain.
    The document addresses regulations concerning the packaging of wooden materials for international trade, specifically in compliance with United Nations standards aimed at preventing invasive species like the pinewood nematode. It stipulates that all wooden packaging materials—including pallets, crates, and containers—must be made from debarked wood and treated to a minimum temperature of 56 degrees Celsius for at least 30 minutes. This treatment must be certified by an accredited agency recognized by the American Lumber Standards Committee. The file further details requirements for packaging integrity and potential substitutions of materials, emphasizing the necessity for compliance in all domestic and international shipments. Additionally, it outlines destruction protocols for sensitive documents and provides cautionary notices for handling packaged assets. Overall, this document is essential for ensuring safe and compliant international logistics involving wooden packaging, reflecting the government’s commitment to ecological protection and compliance with international trade regulations.
    This document is an amendment to a federal solicitation issued by DLA Aviation regarding procurement operations at Hill Air Force Base. The primary purpose of this amendment (SPRHA4-25-R-0276-0001), effective March 31, 2025, is to remove a specific Contract Line Item Number (CLIN 0002) and associated sub-CLINs from the solicitation while extending the submission deadline for offers to April 4, 2025. The amendment emphasizes the On-Time Delivery Improvement initiative, which requires contractors to propose an achievable delivery schedule based on historical data and projected lead times. It outlines critical details related to the submission process, testing requirements for First Articles, inspection standards, and acceptance terms, along with specific supply and service information related to aircraft components. Associated forms and documentation, such as the Contract Data Requirements List and Engineering Data list, are also referenced. The amendment reflects standard administrative adjustments while ensuring that existing terms remain in effect, reinforcing the importance of timely and accurate responses from contractors in line with the Federal Acquisition Regulation guidelines.
    The document outlines a government Request for Proposal (RFP) SPRHA4-25-R-0276, issued on January 29, 2025, by DLA Aviation in Ogden, Utah, for the procurement of aircraft parts and auxiliary equipment. The acquisition is classified as unrestricted and is aimed at qualified sources including Aerospace & Commercial Technologies, LLC and Lockheed Martin. Key requirements include compliance with the Buy American Act and submission of qualification packages for potential suppliers. The RFP includes a detailed delivery schedule, emphasizing on-time delivery improvements as part of a broader initiative by the Air Force Sustainment Center. Several line items are listed, specifying different articles and first article testing requirements. Packaging and marking must adhere to MIL standards, including specifics on labeling hazardous materials. The document mandates traceability and quality assurance documentation, ensuring all parts conform to technical specifications and are from approved manufacturers. The outlined terms and clauses cover inspection and acceptance protocols, delivery conditions, and payment instructions via the Wide Area Workflow (WAWF) system. This RFP reflects the government's commitment to ensuring quality, compliance with regulatory standards, and efficient procurement processes for critical aerospace components.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F-16 Flaperon
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of one Flaperon (NSN 1560-01-205-8437 WF) for F-16 aircraft, primarily intended for Foreign Military Sales (FMS) customers. Qualified sources, specifically Aerospace & Commercial (Cage 1XKR3) and Lockheed Martin (Cage 81755), are invited to provide pricing for quantities ranging from 1 to 16+ units, with a firm price hold of 120 days and an emphasis on achievable delivery schedules. The procurement is critical for maintaining the operational readiness of F-16 aircraft, and interested parties must submit their quotations by January 21, 2026. For further inquiries, contact April Blakeley at april.blakeley@us.af.mil.
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Dept Of Defense
    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.
    F-16 Electronic Component
    Dept Of Defense
    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.
    F-16 Transmitter, Liquid
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three liquid transmitters (NSN: 6680-01-261-5242) intended for Foreign Military Sales (FMS) customers. The procurement requires compliance with military packaging and marking standards, higher-level quality assurance, and adherence to specific manufacturing qualifications, including the submission of a qualification test plan and a qualification article for evaluation. These liquid transmitters are critical components for the F-16 aircraft, ensuring operational reliability and performance. Interested parties must submit their offers by January 21, 2026, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
    F-16 Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of a solenoid valve (NSN: 4810-01-099-6392) specifically for Foreign Military Sales (FMS) customers. The acquisition is restricted to qualified sources, including Honeywell and Lockheed Martin, and emphasizes the need for on-time delivery, with pricing requested for quantities ranging from 1 to 16+ units. This solenoid valve is a critical component for the F-16 aircraft, underscoring its importance in military operations. Quotations are due by January 16, 2026, with a proposed delivery date set for June 30, 2027. Interested parties can contact April Blakeley at april.blakeley@us.af.mil for further information.
    VALVE,NOSE LANDING
    Dept Of Defense
    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.
    LAU PAGS FIELD REPA
    Dept Of Defense
    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.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide repair tube assemblies for the F-16 Fighting Falcon aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 40 units, and requires compliance with specific manufacturing standards and first article testing. The items are critical components for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must register on DLA ProcureX to participate in the reverse auction process, and the solicitation is expected to be issued on or about November 18, 2025; for further inquiries, contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.