F-16 Battery, Storage
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 6 each of F-16 Batteries (NSN 6140-01-055-0435). This is a Total Small Business Set-Aside, but critically, it is restricted to qualified sources: Spencer Industries (CAGE 21530) and Thermal Electronics (CAGE 1T987). Other contractors wishing to bid must first undergo a qualification process. Quotations are due by June 15, 2026.
Scope of Work
The primary deliverable is a "BATTERY, STORAGE, F-16" (Manufacturer P/N ILI4000-101, P/N 6000-010). Key requirements include:
- Quantity: 6 EA
- Quality: ISO 9001:2015 Higher Level Contract Quality Requirements apply.
- Packaging & Marking: Must comply with MIL-STD-130, MIL-STD-129/ASTM-D-3951, and various DoD, ASTM, ANSI, ICAO, IATA, IMDG, and CFR regulations as detailed in the Statement of Work (SOW). This includes specific instructions for ESD protective packaging, hazardous shipments, and wood packaging material (ISPM 15).
- Unique Item Identification: UII is required per clause 252.211-7003.
- Engineering Data: Bidders must be aware of the Engineering Data List (EDL) specifying required drawings and procurement specifications, and the "Unmarked Engineering Data" document which outlines strict distribution (DoD and US DoD contractors only) and export control regulations for technical data.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 335910 (Size Standard: 1,250 employees).
- Delivery: Required by March 31, 2028. Early and partial deliveries are acceptable.
- Foreign Military Sales (FMS): Applicable, with destination code DJUE00 and FMS Case JU-D-QAB.
- Payment: Electronic submission via Wide Area WorkFlow (WAWF).
Eligibility & Qualification
This acquisition is restricted to the two named qualified sources. Contractors desiring to become a qualified source must submit a qualification package as detailed in the Manufacturing Qualification Requirements (MQR) document. This involves prequalification notification, certification of facilities, data verification, manufacturing process verification, test and evaluation (including a qualification test plan and report), and providing a pre-contract award qualification article. Estimated costs for testing and evaluation are $10,000, with an estimated 180 days for qualification completion. Waiver requirements are also outlined.
Submission & Evaluation
- Quotations Due: Close of business on June 15, 2026.
- Offer Validity: Offered prices must be held firm for 120 days.
- Evaluation: Primarily based on Price or Cost, with all other factors combined being significantly less important.
- Eligibility: Approved for U.S. Contractors Only.
Contact Information
- Primary Contact: April Blakeley (april.blakeley@us.af.mil)