F-16 Electrical Limiter
ID: FA821225R0005Type: Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking proposals for the procurement of electrical limiters and related electronic component assemblies under solicitation FA8212-25-R-0005. This procurement aims to fulfill critical equipment needs for national defense, emphasizing stringent quality control, adherence to the Buy American Act, and sustainability in operations. Interested contractors must be prepared to provide a first article for testing and certification, as well as unique item identification for accountability, with the solicitation documents available exclusively on SAM.gov. For further inquiries, potential bidders can contact Thomas Worthington at thomas.worthington@us.af.mil or Jo Blakley at Jo.Blakley@us.af.mil, with the solicitation expected to be issued in mid-April 2024.

    Files
    Title
    Posted
    This document outlines the engineering data requirements for the manufacture of an electrical limiter component (Part Number: 588R499H01; National Stock Number: 5895-01-515-8924WF) for F-16 Radar systems. Military specifications will not be provided, and manufacturers must adhere to specified standards and obtain prior approval for any deviations. The document emphasizes the requirement for leaded solder due to reliability concerns, referencing an Air Force advisory on lead-free solder. If no lead-free components are included, the contractor must submit a written compliance certification. Additionally, unique identification (UID) marking is mandated per provided guidelines, and vendors must ensure compliance with regulations involving radioactive materials. Prepared by Joe Refahiyat from Hill Air Force Base, this document serves to ensure that military standards are met for components critical to national security, aligning with government contracting and procurement protocols.
    The document details an engineering data list for the F-16 Radar system, produced by Northrop Grumman Systems, as part of military procurement records. It includes critical information such as the item's National Stock Number (NSN), a list of electrical limiters, and related documentation numbers to guide procurement. The data is categorized by various engineering drawings and test methods, denoted by codes indicating whether the documents are classified, furnished with solicitation, or available for vendor use. Additionally, it specifies that access to documents may require approval from the Foreign Disclosure Office, emphasizing national security considerations in handling sensitive information. The engineering data list aids procurement officers and contractors in navigating the requirements for purchasing items related to the F-16 Radar, underscoring its relevance in federal grants and RFP processes that support military technology and defense contracts.
    The document pertains to a federal government procurement solicitation (No. FA8212-25-R-0005) issued by the Department of the Air Force for the procurement of electronic component assemblies, specifically electrical limiters and related circuits. The solicitation outlines the requirements for offers, including delivery timelines and product specifications, emphasizing a stringent quality control and acceptance process. Key aspects include the necessity for a first article for testing and certification, adherence to the Buy American Act, and a focus on waste reduction and sustainability in proposed operations. Contractors are also required to provide unique item identification for accountability. The document delineates administrative procedures, including contact information for the contracting officer and submission guidelines, along with details on contract clauses and representation requirements from potential contractors. This solicitation adheres to federal regulations and ensures compliance with various legal standards while promoting equitable opportunities, particularly for small businesses. It serves to fulfill equipment needs for national defense and operation capacity for the Air Force, contributing towards broader objectives of maintaining military readiness and adherence to environmental standards.
    The document outlines First Article Requirements for a bid submission due on January 15, 2025, under the guidelines of AFMCI 23-110, AFMCDAFI 20-102, and FAR Subpart 9.3. It specifies that one article is required for production validation, which must be manufactured at the contractor's production facilities. The First Article must meet performance standards and undergo contractor testing before government evaluation. A test report from the contractor is obligatory and must accompany the First Article. Delivery schedules are highlighted, requiring delivery within 120 calendar days post-contract and advance notification of 30 days prior to shipment. Disposition of approved and disapproved articles is considered, with specific protocols for returning or retaining items based on testing outcomes. Additionally, conditions for waiving First Article approvals are detailed for previous vendors having supplied similar articles to the government, contingent upon showing satisfactory performance within 36 months. Key contact persons for engineering approval and testing are provided, ensuring a structured communication flow. This document serves as a crucial guideline within the framework of government contracting, ensuring quality assurance in military supply chain operations.
    The document outlines the recommended quality assurance and special inspection requirements for a specific federal procurement relating to a critical item for the F-16 aircraft. It details the necessary contact information for personnel involved in item management and inspection, along with the regulations under the Federal Acquisition Regulation (FAR) that govern inspection responsibilities. A key provision specifies that inspection must occur at the source due to the technical complexities involved in manufacturing, repairing, and testing the item. The document also confirms the compliance regarding ozone-depleting substances, stating that the contractor's use of such substances is not necessary. Additionally, it mandates that quality provisions should not be downgraded without prior coordination with Technical Authority. The overall purpose is to ensure rigorous quality standards are maintained for critical military components, reflecting the importance of oversight in government contracting processes.
    This document outlines details regarding an electrical limiter component identified by NSN 5895015158924WF, managed by Timothy L. Nichols of the 416 SCMS/GUMAD. The item, which functions as a power supply, includes radioactive isotopes and is classified as critical and demilitarized. Its physical dimensions are 7.5 inches in length, 6.5 inches in width, and 1.75 inches in height, with a weight of 5 pounds. The component consists of a circuit card assembly embedded with electrical parts and meets ESD (Electrostatic Discharge) standards. The document indicates a necessity for government-furnished equipment (GFE) and highlights sensitivity concerning data related to its helium content and precious metal associations. This report is essential for maintaining regulatory compliance in the management and procurement of specialized electrical components within federal government operations, particularly for projects requiring strict adherence to safety and material handling protocols due to the inclusion of hazardous materials.
    The document details the requirements for applying Item Unique Identification (IUID) marking in accordance with federal regulations, specifically DFARS 252.211.7003. It outlines the essential information regarding the item requiring marking, including the National Stock Number (NSN), version, noun (Limiter, Electrical), and responsible personnel details. The marking must adhere to the latest version of MIL-STD-130, with specific guidance provided from engineering documents (PS83869NB) for the marking method, which includes options like ink, etching, or labeling. Additionally, it notes that the IUID criteria selected is indicated as incorrect, suggesting a need for revision. The document illustrates a structured approach to compliance, reinforcing the importance of detailed documentation and adherence to military standards when dealing with items in federal contracts. The focus is clearly on ensuring proper identification of items for clarity in procurement and logistics, essential for both federal and state/local RFPs. This systematic checklist format aids in facilitating the process of IUID compliance for manufacturers and government entities alike.
    The document outlines packaging requirements for government procurement related to military standards, specifically under Purchase Instrument Number FD20202500447-00. It emphasizes compliance with international regulations concerning Wood Packaging Material (WPM) to prevent the spread of invasive species, notably the Pinewood Nematode. WPM, which includes wooden pallets and boxes, must consist of debarked wood that is heat-treated to specific temperatures to ensure biosecurity. Certification from an accredited agency recognized by the American Lumber Standards Committee is mandatory. Additional requirements include adherence to Military Standards MIL-STD-2073-1 for packaging processes and MIL-STD-129 for shipping container markings, which provide guidelines for labeling and barcoding. The document also identifies specific items (e.g., 5895DTG250298WF) associated with these standards and includes contact information for the packaging specialist for further clarification. Overall, this document is crucial for ensuring that procurement aligns with military and international standards for packaging and shipping, underpinning public health and safety protocols in logistics.
    The file details transportation data relevant to a federal procurement identified by Purchase Instrument Number FD20202500447-00, initiated on March 6, 2025. It outlines essential shipping terms and conditions, emphasizing the need for contact with the Defense Contract Management Agency (DCMA) for shipping instructions under various FOB (Free On Board) terms, including origin and destination requirements. The document specifies transportation account codes, funding information, and various item and shipping details pertaining to multiple line items, indicating requirements for military logistics. The document stresses the importance of regulatory compliance and proper communication with DCMA to avoid unnecessary delays or costs associated with freight movement. It provides pertinent shipping addresses, including a shipment to DLA Distribution Depot Hill in Utah, and contact information for the relevant procurement officer, Darrick D. Hogan. The structured format includes transportation provisions and clauses, vendor instructions, and bidding evaluation criteria, facilitating the procurement process for federal contracts. Overall, it serves as a guideline for vendors involved in transporting goods under this federal solicitation, ensuring clarity and adherence to regulatory requirements.
    Lifecycle
    Title
    Type
    F-16 Electrical Limiter
    Currently viewing
    Solicitation
    Similar Opportunities
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    POWER SUPPLY ASSEMB
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Power Supply Assembly, classified under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The procurement requires compliance with specific quality assurance and inspection standards, including adherence to MIL-STD-130 for marking and packaging requirements, and emphasizes that no technical data or drawings are available for this item. This assembly is critical for various defense applications, ensuring reliable electrical power supply in military operations. Interested vendors must submit their quotes along with a surplus material certificate if applicable, and can direct inquiries to James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    Circuit Card Assembly
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting qualified sources for the procurement of various circuit card assemblies and a surveying theodolite, primarily intended for F-16 End Items. The acquisition is restricted to BAE Systems (CAGE 12436) and includes specific delivery schedules for multiple part numbers, with quantities ranging from one to six units, due between April 2026 and March 2028. Compliance with ISO 9001-2015 quality standards, adherence to the Buy American Act, and strict packaging and marking requirements per military standards are essential for this procurement. Interested parties should contact Scottina Malia at scottina.malia@us.af.mil for further details, with the solicitation issued on December 9, 2025.
    F-16 Multiplier Assembly
    Dept Of Defense
    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.
    Remanufacture of Electro-Mechanical Actuator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.