F-16 Assembly Module
ID: FA821226Q0003Type: Combined Synopsis/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

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F-16 Assembly Module, identified by NSN 5998-01-602-9116 WF, through a Combined Synopsis/Solicitation process. The procurement aims to award a firm-fixed-price contract for the assembly module, which is critical for the F-16 Fighting Falcon aircraft, ensuring compliance with stringent military standards and requirements. Contractors must adhere to comprehensive guidelines regarding preservation, packaging, marking, and counterfeit prevention, as outlined in the associated documents, to ensure the integrity and reliability of the components supplied. Quotations are due by December 30, 2025, and interested parties can contact Thomas Worthington at thomas.worthington@us.af.mil or Jo Blakley at Jo.Blakley@us.af.mil for further information.

    Files
    Title
    Posted
    The DD FORM 1423-1 is a Contract Data Requirements List (CDRL) for a single data item, specifically a Counterfeit Prevention Plan (CPP) related to a Module Assembly. This form outlines the requirements for contractors to submit data to the Department of Defense. Key details include the requirement for the contractor to submit the CPP via email within thirty calendar days of contract award. If remediation is needed, government comments will be provided within fourteen days, and the contractor must resubmit the CPP within seven days of receiving comments. The document also specifies distribution statements and export control warnings that must be included on all technical data, restricting distribution to the Department of Defense and U.S. DoD contractors only, due to critical technology and export control regulations. It further defines price groups (Group I, II, III, IV) for estimating the cost of data items, emphasizing that these estimated prices should only reflect costs directly attributable to supplying the data beyond what would otherwise be incurred.
    The document is an Engineering Data List (EDL) from June 26, 2024, detailing engineering information for an F-16 component, specifically a MODULE,ASSEMBLY with NSN 5998016029116WF. The manufacturer is BAE SYSTEMS INFORMATION AND, with reference number 6014532-001. Key data includes an accompanying document, HILL AFB FORM 462, and engineering instructions for a UNIQUE IDENTIFICATION (UID) LABEL. It also lists the MODULE ASSEMBLY, PRESELECTOR, referencing drawing 6014532. The EDL specifies that the release of this data to foreign-owned, controlled, or influenced companies requires approval from the Foreign Disclosure Office. It includes a legend for furnished method codes, indicating how different types of data are provided, such as classified documents, data furnished with solicitation or contract award, or vendor drawings.
    This document outlines engineering instructions for manufacturing a Module Assembly (Part Number 6014532-001, NSN 5998-01-602-9116 WF) for the USAF/DoD supply chain. It details strict Item Unique Identifier (IUID) requirements, including human and machine-readable markings (MIL-STD-130, ISO 15434, ISO 15415, and ISO 15418 compliant) with specific size and data content for Cage, Part Number, and Serial Number. Additionally, the document mandates a comprehensive Counterfeit Prevention Plan (CPP) for contractors. This CPP must address policies and procedures for avoiding, detecting, mitigating, and disposing of counterfeit electronic parts, aligning with Data Item Description DI-MISC-81832 and SAE 5553 Aerospace Standard. Key CPP elements include applicability, definitions, restrictions on using parts brokers, procurement policies with risk assessment, detection/avoidance responsibilities, testing/verification processes for high-risk items, configuration identification/traceability, counterfeit notification/reporting to GIDEP, and mandatory counterfeit prevention training for personnel. Costs associated with counterfeit parts or rework are unallowable unless specific conditions are met.
    The Department of the Air Force Directorate of Contracting has issued Request for Quotation FA8212-26-Q-0003 for a MODULE, ASSEMBLY (NSN: 5998-01-602-9116 WF) and a Counterfeit Protection Plan. This is not a small business set-aside. The RFQ includes specific delivery requirements, inspection and acceptance at origin, and requires Unique Item Identification (UID) for items costing $5,000 or more, or as otherwise specified. Key clauses cover ombudsman contact information, prohibitions on certain telecommunications equipment and services (Section 889 compliance), safeguarding covered defense information (NIST SP 800-171 DoD Assessment requirements), and electronic submission of payment requests via Wide Area WorkFlow (WAWF). Quotations are due by December 30, 2025, and are not considered offers, with the Government not liable for preparation costs.
    The document outlines the manufacturing qualification requirements for the MODULE, ASSEMBLY (P/N: 6014532-001, NSN: 5998-01-602-9116) used in the F-16 Fighting Falcon. To become a qualified source, offerors must submit a Source Approval Request, certify access to necessary facilities, verify possession of a complete data package, and demonstrate compliance with manufacturing and unique identification requirements. They are also required to submit a qualification test plan and a pre-contract award qualification article for evaluation, incurring an estimated cost of $2,700 and a completion time of 180 days. Full qualification is mandatory for contract award, though approval does not guarantee a contract. The document also details five criteria for source qualification waivers, including prior government supply, qualification for assemblies or similar items, and continuity of qualification after business restructuring.
    This government file outlines packaging requirements for federal procurements, specifically focusing on military and international shipping standards. It mandates that all wood packaging material (WPM) be constructed from debarked, heat-treated wood, certified by an ALSC-recognized agency, in compliance with UN restrictions and ISPM No. 15 to prevent invasive species. The document details specific packaging instructions for different items (PACRN AAA and AAB), including preservation levels, packaging levels, and coded data. For PACRN AAB, it specifies "MIL Long Line Packaging" in accordance with MIL-STD-2073-1 and MIL-STD-129 for military packaging and marking, including additional requirements for ESD labels and protection. Shipping containers must also adhere to MIL-STD-129, with provisions for supplementary markings like unit serial numbers or OEM information. The document is signed by a packaging specialist from 406 SCMS / GULAA, emphasizing adherence to military and international packaging protocols.
    This document outlines comprehensive preservation, packaging, and marking requirements for government contractors, focusing on military, commercial, and hazardous materials. Contractors must adhere to various Department of Defense (DoD) Military Standards (e.g., MIL-STD 2073-1 for military packaging, MIL-STD 129 for marking), ASTM International, ANSI, and FAR/DAR clauses. Special provisions cover electrostatic materials, specialized shipping containers (MIL-STD-648), and palletized unit loads (MIL-STD-147). Hazardous materials require strict compliance with international (ICAO, IATA, IMDG) and U.S. federal regulations (49 CFR), including the submission of Safety Data Sheets (SDS) per FED-STD-313. The document also addresses international phytosanitary measures (ISPM 15) for wood packaging, the use of reusable containers, and procedures for reporting supply discrepancies via WebSDR. Contractors can access relevant documents through the ASSIST website and SPIRES for packaging instructions. The overarching purpose is to ensure uniform, safe, and compliant handling, packaging, and shipment of diverse materials within government contracts.
    The document "TRANSPORTATION DATA FOR SOLICITATIONS" outlines transportation requirements for federal procurements, specifically detailing instructions for contracts administered by DCMA. It emphasizes contacting DCMA Transportation via the SIR eTool System for shipping instructions for all FOB Origin, FMS, and FOB Destination OCONUS/Export movements to secure necessary DOD regulatory clearances and documentation. Failure to comply may lead to additional vendor expenditures and freight frustration. The document also provides specific transportation funds information, including Purchase Instrument Line LOAs and First Destination Transportation Account Codes, for two separate line items/ship-tos with different NSNs and delivery addresses. This includes a detailed ship-to address for DLA Distribution Depot Hill. The document is signed by Darrick D. Hogan and initiated on October 23, 2025.
    Lifecycle
    Title
    Type
    F-16 Assembly Module
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    F-16 Circuit Cart Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of 19 units of F-16 Circuit Cart Assembly, specifically identified by NSN 5998-01-505-7062. The contract requires compliance with various military standards, including ISO 9001:2015, and mandates the submission of a Counterfeit Prevention Plan within 30 days of contract award. These circuit assemblies are critical components for the F-16 aircraft, ensuring operational reliability and performance. Interested contractors must adhere to strict packaging and marking requirements, with a delivery deadline set for November 26, 2026. For further inquiries, potential bidders can contact Travis Bodily at travis.bodily@us.af.mil.
    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 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 18 F-16 Motor Pump Subassemblies (NSN 1650-01-084-8397WF) intended for Foreign Military Sales to Israel. This solicitation, numbered FA8212-26-Q-0002, includes updated requirements for cybersecurity compliance, production, and delivery terms, emphasizing adherence to the Cybersecurity Maturity Model Certification (CMMC) Level 2 standards. The F-16 Motor Pump Subassembly is a critical component used in the aircraft's control systems, underscoring its importance in maintaining operational readiness. Interested contractors must submit their quotations by February 4, 2026, with a required delivery date set for July 30, 2027. For further inquiries, potential bidders can contact Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil.
    F-16 Test Fixture Assembly - Circuit Card Assemblies
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of various electronic and test fixture assemblies, specifically for the F-16 aircraft. The requirement includes items such as fixture assemblies and circuit card assemblies, with specific National Stock Numbers (NSNs) outlined for each component. These assemblies are critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, and must comply with stringent military standards for packaging, marking, and delivery, with proposals due as specified in the solicitation documents.
    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.
    Control Module
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the acquisition of two Control Modules (NSN 1660-01-024-5628, PN 169375-5-1) as part of a Request for Quotation (SPRTA1-26-Q-0136) issued to Aero International, LLC. The procurement requires a firm fixed price proposal to be submitted by January 5, 2026, with a requested delivery date on or before August 16, 2029, for shipment to DODAAC DK7003 (Foreign Military Sales). These Control Modules are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness for military aircraft. Interested parties can reach out to Howard Heflin at howard.heflin@us.af.mil for further details regarding the solicitation and compliance requirements.
    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-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.
    F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manufacture the F-16 Interface Unit, Communications (NSN: 5895-01-354-4287, P/N: 16E4023-5) at Altus AFB in Oklahoma. Offerors must meet stringent qualifications, including certifications related to facilities, equipment, and manufacturing capabilities, with an estimated cost of $12,500 for necessary testing and evaluation, which includes dimensional verification and electronic testing. This procurement is critical for ensuring that the F-16 Interface Unit meets the high standards required for military applications, with a qualification completion time projected at 180 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details.