F-16 Accelerometer
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Aviation at Ogden, UT, has issued a Solicitation for F-16 Accelerometer Assemblies (NSN: 6680-01-039-7817 WF). This acquisition is restricted to qualified sources: Shiloh Industries (CAGE 55097) and Lockheed Martin (CAGE 81755). However, award can be made to any vendor if the parts are manufactured by a qualified source. Contractors desiring to become a qualified source must submit a qualification package, a process estimated to cost $4,000 for testing and take 365 days for engineering support. Quotations are due by Close of Business on April 23, 2026.
Scope of Work
The requirement is for F-16 Accelerometer Assemblies designed for quadruple-redundant sensing of F-16 acceleration forces. Each assembly comprises a cast aluminum chassis, cover, eight linear force-balanced accelerometers, four external electrical connectors, and four harnesses. Manufacturing must adhere to specific engineering data requirements, including the Air Force's lead-free solder policy, MIL-STD-130 for marking, and MIL-STD-2000/J-STD-001 for soldering.
Key Requirements & Deliverables
- Manufacturing Qualification: All sources must be qualified. New sources must complete the "Manufacturing Qualification Requirements" process, which includes certifying facilities, providing data verification, manufacturing/process verification, and submitting a qualification article and test plan.
- First Article Testing (FAT): Required for Bid A, necessitating a detailed "First Article Test Report" (CDRL B001) to be submitted concurrently with the First Article item.
- Counterfeit Prevention Plan (CPP): A "Counterfeit Prevention Plan" (CDRL A001) is due thirty (30) calendar days after contract award.
- Compliance: Bidders must ensure compliance with NIST SP 800-171 DoD Assessment Requirements, MIL-STD-130 for marking, and MIL-STD-129R for packaging. Supply chain traceability documentation is also mandatory.
Contract & Timeline
- Type: Request for Quotation (RFQ), implied Firm Fixed-Price.
- Quantity: Initial procurement of 2 EA, with potential for Foreign Military Sales (FMS) customers impacting the final quantity. Quantity Range Pricing is requested for quantities from 1 to 16+ EA.
- Prices: Must be held firm for 120 days.
- Response Due: April 23, 2026 (Close of Business).
- Published: March 23, 2026.
- Set-Aside: Restricted to qualified sources.
Evaluation
Award will be based on the total quantities needed at the time of award, with Price or Cost as the primary evaluation factor. The government will also consider the cost associated with first article testing or engineering review ($4,000.00) during evaluation. Wide Area Workflow (WAWF) is required for payment requests.
Contact
For inquiries, contact Michelle Mihu at michelle.mihu@us.af.mil.