Generator Control Unit (GCU)
ID: FD20302600793Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OKLAHOMA CITY, OKTINKER AFB, OK, 73145-3070, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential sources for the manufacture of Generator Control Units (GCUs) for F16 aircraft. This Sources Sought Synopsis aims to determine the feasibility of competitive procurement or potential set-asides for small businesses, with interested parties required to demonstrate their capability to provide all necessary labor, materials, and facilities for manufacturing, inspection, testing, and shipping. The government encourages participation from all business types, including small, disadvantaged, veteran-owned, HUBZone, and women-owned small businesses, and interested parties should submit their business information and a Source Approval Request (SAR) package for qualification. For further inquiries, contact 422 SCMS at 422.scms.afmc.rfi@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the new manufacture of Generator Control Units (GCUs), specifically NSN 6110-01-391-6067HY, for F16 aircraft. This effort, managed by the 430th SCMS at Tinker AFB, OK, aims to determine if the requirement can be competitive or set aside for small businesses. Potential sources must be capable of furnishing all labor, materials, facilities, and equipment for manufacturing, inspection, testing, preservation/packaging, and shipping, and may be responsible for supply chain management and nonrecurring engineering costs. This is not a solicitation, and no contract will be awarded based on this SSS. Interested parties are encouraged to provide business information and complete a Source Approval Request (SAR) package for qualification. The government is interested in all business types, including small, disadvantaged, 8(a), veteran-owned, HUBZone, and women-owned small businesses.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    F-16 Electric Control Box
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking potential sources for the procurement of F-16 Electric Control Boxes, specifically under the National Stock Number (NSN) 1660-01-196-5999. This opportunity involves manufacturing, inspection, testing, and logistics related to the electric control boxes, with an emphasis on determining whether the procurement can be competitive or set aside for small businesses, including disadvantaged and veteran-owned enterprises. The initiative is part of market research aimed at identifying qualified suppliers to inform the acquisition strategy while promoting inclusivity among various business classifications. Interested vendors are encouraged to reach out via email at dlaaviation.aob.sourcessought@us.af.mil for further information, noting that this is a Sources Sought notice and not a solicitation for proposals, with no funding available for responses.
    F16_Circuit_Card_Assembly_NSN5998016536192_PN187218001
    Dept Of Defense
    The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking sources for the qualification of a Circuit Card Assembly with NSN 5998016536192 and PN 187218001, used in the F-16 application. This item is part of the 'ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE' industry. The procurement is a Sources Sought notice, and interested parties must meet strict qualification requirements. To become a qualified source, offerors must notify the Small Business Office or the contracting officer, submit a Source Approval Request (SAR) package, and have the necessary facilities, testing, and inspection capabilities. They must also possess or have access to the complete data package, including specific drawings and specifications from GE Aviation Systems LLC or Utah State University Space Dynamics Laboratory. Offerors will be responsible for demonstrating compliance with Unique Identification (UID) requirements and conducting quality, performance, and environmental evaluations. Additionally, a qualification test plan and a qualification article must be provided and pass evaluation by the government. The estimated cost for testing and evaluation is $3,500.00, and the expected time to complete the qualification effort is 180 days. Full qualification is mandatory for contract award eligibility, but qualification does not guarantee a contract. The place of performance is in Carlton Lndg, Oklahoma, United States.
    F-16 Blanker, Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking information regarding the procurement of the F-16 Blanker, Interface, with the National Stock Number (NSN) 5895-01-331-0720. The primary objectives of this presolicitation notice are to conduct market research to identify potential sources capable of fulfilling the agency's requirements and to enhance small business access to acquisition information. This item is critical for F-16 applications, and interested parties must demonstrate their capability to meet stringent qualification requirements, including providing a qualification test plan and a pre-contract award qualification article, with an estimated qualification cost of $30,000 and a completion timeframe of 180 days. Interested vendors should contact Dennis Bouy at dennis.bouy@us.af.mil for further details, and responses are encouraged within 15 days of this notice.
    F-16 Power Supply NSN 6130-01-373-0561WF 5 yr IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of the F-16 Power Supply, NSN 6130-01-373-0561WF, through a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is aimed at manufacturers capable of producing electrical converters, which are critical components for the operational readiness of the F-16 aircraft. The procurement process is currently in the Sources Sought phase, with a notice posted for 30 days to gather information from potential suppliers. Interested parties should contact Brandon Moses at Brandon.moses.1@us.af.mil or call 801-586-1055 for further details.
    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.
    Gyroscope, Rate, [WSDC: 19F] End Item: Aircraft, Eagle F-15 PR: 7014384307; NSN: 6615-010714513 IAW P/N: 16VC006-2, P/N: 67699-302, and P/N: 16100
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of gyroscopes, specifically the Rate Gyroscope with part numbers 16VC006-2, 67699-302, and 16100, intended for use in the Eagle F-15 aircraft. The agency seeks to gather information from organizations capable of manufacturing these components, which includes responsibilities such as procurement, inspection, testing, and logistics management. This opportunity is crucial for maintaining the operational readiness of military aircraft, and interested parties are invited to submit their capability statements by 3:00 PM EST on December 29, 2025, to Melinda Johnson at Melinda.Johnson@dla.mil. Please note that this is a sources sought notice and not a request for proposals, with no financial obligations incurred by the government for responses.
    Control Unit Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking small businesses to provide Control Unit Assemblies, specifically NSN 2910-01-430-4218, manufactured by Ambac International Corp (CAGE: 01843) with part number CU888A. The procurement involves a Firm Fixed Price contract for an initial quantity of 70 units, with an option for an additional 100% quantity, emphasizing the importance of these components in engine fuel systems for non-aircraft applications. Interested small businesses should prepare for the solicitation, which is anticipated to be published on SAM.gov after January 5, 2026, and may contact David Edwards at david.edwards@dla.mil or 586-467-1148 for further information.
    F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the procurement of a Protection and Control Assembly for the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. This assembly, with National Stock Number (NSN) 5998-01-265-1040 and Part Number (P/N) 762R370G01, is used for the protection and control of the radar transmitter. The assembly is an essential component of the F-16 C/D aircraft's radar system. The procurement requires potential sources to meet qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $5000, and the estimated completion time for qualification is 270 days. Source qualification waiver criteria are also provided for potential sources who meet specific conditions. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211 for more information. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States.
    6130-01-272-8813 (26-R-0104)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of 109 power supplies (NSN: 6130-01-272-8813) intended for the F-16 Digital Flight Control Computer, with a required delivery date of December 21, 2027. This solicitation, identified as SPRHA4-26-R-0104, is restricted to qualified sources, specifically Innovative Solutions & Support Inc and Lockheed Martin Corporation, and includes stringent requirements for a Counterfeit Prevention Plan, on-time delivery improvements, and compliance with military packaging and marking standards. The successful contractor will be expected to adhere to various regulations and standards, including those related to ethical conduct and environmental protection, with all submissions and communications directed to the primary contact, Johnny Wakefield, at johnny.wakefield.2@us.af.mil or by phone at 385-591-3547. Interested parties should prepare for a competitive procurement process that emphasizes quality and compliance with military specifications.
    F16_AIBU_NSN5895013478037_PN5188110_004
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking Other Aircraft Parts and Auxiliary Equipment Manufacturing services for the F-16 aircraft in Carlton Lndg, Oklahoma, United States. The service involves the repair, inspection, testing, packaging, and storage of the AIBU item. The offeror must meet qualification requirements, including facilities, testing, and inspection capabilities, data verification, repair process verification, and test and evaluation. The estimated cost for qualification is $23,300. The qualification effort is expected to take 180 days. Source qualification waiver criteria are also provided for potential sources.