F-16 Actuator
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 the procurement of F-16 Actuators. This acquisition is restricted to qualified sources, specifically Meggitt Safety Systems (CAGE 25693). Unqualified vendors must complete a rigorous manufacturing qualification process before contract award. Quotations are due by Close of Business on April 21, 2026.
Purpose & Scope
This Request for Quotation (RFQ) is for the procurement of the F-16 ACTUATOR, ELECTRO-ME (NSN: 1680-01-505-0663, P/N: 904100-01 or 16VK056001-1), which is used to raise and lower the single-place canopy on the F-16 aircraft. The acquisition is restricted to parts manufactured by a qualified source.
Key Requirements
- Qualified Source: The item must be manufactured by Meggitt Safety Systems (CAGE 25693) or by a vendor who has successfully completed the qualification process.
- Manufacturing Qualification: Contractors desiring to become a qualified source must submit a qualification package as detailed in the Manufacturing Qualification Requirements (MQR) document. This process involves certifying facilities, testing, inspection capabilities, data verification, process verification, and providing a qualification article. The estimated cost for testing and evaluation is $115,000, with an estimated completion time of 720 days.
- Engineering Data: Compliance with specific Engineering Data Requirements (EDR) is mandatory, including MIL-STD-130 for marking, MIL-STD-2000/J-STD-001 for soldering (leaded solder required for electronic military products), and Unique Identification (UID) marking.
- Packaging & Marking: Adherence to MIL-STD-129, ASTM-D-3951, and other military standards for preservation, packaging, and marking is required.
- Export Control: Unmarked engineering data must be treated as "DISTRIBUTION D" (DoD and US DoD contractors only) due to critical technology and export control regulations.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: Delivery is required by August 31, 2028.
- Pricing: Offerors must hold prices firm for 120 days.
- Shipment: Less than truckload, early, and partial deliveries are acceptable.
- Foreign Military Sales (FMS): Applicable, with FMS Case Code: GR-D-QCH.
Submission & Evaluation
- Quotations Due: Close of Business on April 21, 2026.
- Quantity: The government intends to purchase one (1) each, requesting range pricing for quantities (1-2 EA, 3-4 EA, 5-10 EA, 11-15 EA, 16+ EA).
- Award Basis: Award will be based on total quantities needed at the time of award, evaluating competitive proposals based on the needed quantity price range. Evaluation will primarily consider Price/Cost, with other factors as secondary considerations.
- Eligibility: Offerors must be fully qualified before the contract award date; the award will not be delayed for qualification.
Eligibility & Set-Aside
- Set-Aside: This acquisition is restricted to qualified sources (Meggitt Safety Systems, CAGE 25693) and is not a small business set-aside.
- NAICS Code: 336413 (Aircraft Manufacturing), Size Standard: 1,250 employees.
Contact Information
- Primary Contact: Michelle Mihu (michelle.mihu@us.af.mil).