Synopsis, F-16 20MM Transfer Unit, NSN 1005-01-046-3536, Part Number 211F603
ID: SPRWA1-25-R-0011Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT WARNER ROBINS, GAROBINS A F B, GA, 31098-1813, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

GUNS, THROUGH 30MM (1005)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for the production of the F-16 20MM Transfer Unit, NSN 1005-01-046-3536, Part Number 211F603, which is critical for supporting armament aircraft gun systems utilized by the U.S. Government and Foreign Military Sales. The procurement will consist of a Requirements type contract with five ordering periods, including a First Article Ordering Period, and will require precision machining of various steel components to stringent tolerances, along with rigorous testing protocols to ensure quality and performance. This sole-source requirement emphasizes the unique capabilities of the Original Equipment Manufacturer (OEM), which possesses the necessary design knowledge and specialized tooling for verification testing, as the U.S. Government lacks a comprehensive technical data package for this item. Interested parties must express their interest and capability by April 16, 2025, by contacting Todd Stimus at todd.stimus@us.af.mil or Victor Henderson at victor.henderson.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines guidelines and criteria for proposals related to federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It emphasizes the importance of stringent compliance with legal, fiscal, and procedural specifications to ensure successful project execution. Key points include eligibility criteria for applicants, required documentation, evaluation metrics for proposals, and funding allocation processes. Additionally, the document discusses timelines for submission, review procedures, and the mechanisms for feedback post-review. The emphasis is on transparency and accountability in the procurement process, as well as the necessity for collaboration among various agencies and stakeholders. This framework is designed to promote effective resource utilization, innovation, and community benefit through governmental funding opportunities.
    The document outlines the First Article requirements for a government contract dated June 2, 2023, specifically focusing on the approval process for manufacturing standards in defense. The First Article consists of two units, with explicit testing protocols for both contractor and government inspections. It emphasizes the requirement for long lead-time items and specialized production facilities where the articles must be manufactured. The approval entails a thorough testing plan, with performance requirements including dimensional checks and material inspections, alongside government oversight. Critical timelines are established, such as submitting test reports and obtaining approval within specified periods. Additionally, provisions for the disposition of first articles, conditions for waivers, and responsibilities of contractors are outlined. The document also notes the transition to model-based definitions, requiring validation of 3D solid models. Overall, it serves to ensure the quality and compliance of defense articles prior to mass production while maintaining a structured approach to testing and verification in line with government procurement practices.
    The document outlines packaging requirements for U.S. government procurement, specifically focusing on compliance with international standards for wood packaging material (WPM) to prevent invasive species like the pinewood nematode. It mandates that all wooden materials used for packaging be constructed from debarked wood and heat-treated to specific temperatures. Certification from an accredited agency is required, in accordance with the American Lumber Standards Committee. The document identifies specific packaging and marking standards under MIL-STD-2073-1 and MIL-STD-129, which govern military packaging and marking respectively. Additional shipping container marking requirements are detailed, including the necessity for barcoding and other specific loggings related to the original equipment manufacturers. The document emphasizes adherence to these guidelines to ensure compliance and effective supply chain management for military and federal operations. Contact information for the packaging specialist overseeing these requirements is also provided, ensuring vendors and contractors have a direct line for support and clarifications.
    The document consists of a pricing matrix related to Request for Proposals (RFP) SPRWA1-17-R-SAMP, detailing pricing for specific line items (CLINs) associated with various National Stock Numbers (NSNs). It presents different unit price tiers and corresponding total costs based on specified quantity ranges, organized into several pricing periods ranging from the date of award through up to 60 months. Each section includes options for multiple pricing tiers to allow for varying quantities, with calculated subtotals and weighted subtotals for evaluation. Additionally, the document emphasizes the importance of providing comprehensive pricing for each quantity within the specified ranges to maintain eligibility for award consideration. The final evaluated price is calculated based on the proposed prices and quantities per established criteria mentioned in the notes. The pricing matrix is part of a structured approach for government procurement, ensuring transparency and effective budgeting in government contracts. Overall, this document serves as a key component of the bidding process for contractors interested in providing services or goods to the federal government.
    This government file outlines a collection of federal and state RFPs (Requests for Proposals) and grants aimed at soliciting bids from contractors and organizations to fulfill various governmental needs. The central aim is to enhance transparency and competition in public procurement processes. Key components include detailed descriptions of project scopes, eligibility requirements for bidders, proposal submission guidelines, and evaluation criteria for selecting successful bids. Each RFP includes deadlines, funding amounts, and specific objectives aligned with federal and state priorities, focusing on community development, infrastructure improvement, and public service enhancements. By documenting this information, the file serves as a comprehensive resource for stakeholders, encouraging participation from eligible entities and fostering innovation in addressing governmental challenges. Overall, it plays a critical role in facilitating the procurement process while adhering to federal and state regulations, emphasizing accountability and effective use of public funds.
    The document outlines the government’s intent to award a single Indefinite Delivery/Requirements Contract for specific supplies over a maximum term of five years, categorized into a basic period and four one-year ordering periods. The solicitation number is SPRWA1-25-R-0011, and it includes various provisions for submitting offers. Contractors must provide pricing through a “Pricing Matrix” which establishes unit prices for Contract Line Item Numbers (CLINs) based on best estimated quantities. First Articles will be required, and transportation, packaging, and delivery are governed by specific standards. The document emphasizes compliance with quality standards, such as ISO certifications, and mandates adherence to the Buy American Act. Provisions for prompt payment, subcontracting plans, and higher-level contract quality requirements are included, reflecting priorities for small businesses and adherence to statutory responsibilities. The effective communication of invoicing is highlighted with WAWF guidance, ensuring a rigorous process for payment requests. Ultimately, this solicitation represents an organized effort by the government to efficiently procure necessary supplies while maintaining stringent regulatory compliance and supporting small business participation.
    This document is a federal procurement solicitation related to transportation data and instructions for specific commodities under purchase instrument FD20602400147-00, initiated on February 20, 2025. It outlines essential shipping clauses and provisions, including F.O.B. terms, which dictate shipping responsibilities for origin and destination. Vendors must contact the DCMA Transportation Office for shipping instructions and regulatory clearances, emphasizing the importance of proper communication prior to freight movement to avoid additional costs. The file includes critical details for three line items, all shipping to the DLA Distribution center in Warner Robins, GA, with associated contact points and points of contact for further clarification (e.g., Janet Harvey, Rickey Moore). Additional transportation funds information is provided, referencing account codes for budget tracking. The document is officially signed by Glenn A. Carter, representing the 406 SCMS, affirming its relevance within government RFP frameworks aimed at ensuring compliance with transportation protocols in federal procurements.
    Similar Opportunities
    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.
    F-16 TANK, FUEL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking information regarding the procurement of fuel tanks for F-16 aircraft, specifically the NSN 1560-01-102-6385. The primary objectives of this opportunity are to conduct market research to identify potential sources capable of fulfilling the agency's requirements and to enhance competition by improving access to acquisition information for small businesses. The estimated quantity required is 15 units, with a delivery deadline set for September 30, 2027. Interested parties are encouraged to submit capability statements or proposals to Kody Quayle at kody.quayle@us.af.mil within 15 days of this notice, noting that this is not a request for proposal and the requirement is not expected to be set aside for small businesses.
    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 Power Supply
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Power Supply units, specifically under the notice type of Sources Sought. The primary objectives of this procurement are to conduct market research to identify potential suppliers capable of meeting the agency's requirements and to enhance competition by providing information on contracting and subcontracting opportunities. The estimated quantity required is four units, with a delivery schedule set for January 20, 2027, and it is noted that this requirement is not expected to be set aside for small businesses. Interested parties can reach out to Kody Quayle at kody.quayle@us.af.mil for further information and to express their capabilities within 15 days of this notice.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    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.
    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.
    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.
    F-16 Test Set, Pneumatic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two Pneumatic Test Sets (NSN: 4920-99-575-1342) specifically designed for F-16 aircraft. This opportunity is open to qualified sources, including BAE Systems and Druck Limited, and requires compliance with various standards, including ISO 9001:2000, as well as adherence to specific packaging and marking requirements outlined in military standards. The procurement is critical for maintaining the operational readiness of F-16 aircraft, ensuring that the necessary equipment is available for maintenance and repair. Quotations are due by January 16, 2026, and interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    Fuel Starter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of 11 F-16 Fuel Starters, identified by NSN 2910-01-135-5681. This acquisition is restricted to qualified sources, specifically AAR (CAGE 1Y249), RTX (CAGE 55820), and Hamilton Sundstrand (CAGE 99167), and is intended for Foreign Military Sales (FMS) customers under FMS Case MO-D-SAH. The Fuel Starters are critical components for the F-16 aircraft, ensuring reliable engine performance and operational readiness. Proposals must be submitted by the specified deadline, with delivery requirements set for June 14, 2027, and interested parties can contact Scottina Malia at scottina.malia@us.af.mil for further information.