F-16 Circuit Card Assembly
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 is soliciting proposals for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for F-16 Circuit Card Assemblies (CCAs). This acquisition is restricted to qualified sources: BAE Systems (CAGE: 94117) and InDesign LLC (CAGE: 1UQ09), and is open to U.S. Contractors Only. The primary goal is to procure CCAs (NSN: 5998-01-555-5340 WF) for USAF and Foreign Military Sales (FMS) orders. Offers are due by April 30, 2026, at 11:59 PM.
Scope of Work
The contract requires Bare Printed Circuit Board Manufacturing for the F-16 CCAs (Part Number: 656M20-F or 8354415). A significant portion of the Statement of Work (SOW) details stringent requirements for preservation, packaging, and marking of materials for military packaging. This includes adherence to various DoD standards such as MIL-STD 2073-1 (Military Packaging), MIL-STD 129 (Military Marking), ISPM 15 (Wood Packaging Material), MIL-STD-147 (Palletized Unit Loads), and MIL-STD-648 (Specialized Shipping Containers), as well as ASTM D3951 (Commercial Packaging). Special requirements include procedures for Electrostatic Discharge (ESD) sensitive materials, compliance with international and federal regulations for Hazardous Materials (ICAO, CFR Title 49, IATA, IMDG, AFMAN 24-604), and reporting discrepancies via Web Supply Discrepancy Report (WebSDR). Unique Item Identifier (IUID) marking is mandatory.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Ordering Period: Five years from contract award
- Minimum Quantity: 1 Each (NSN: 5998-01-555-5370 WF)
- Maximum Quantity: 125 Each (NSN: 5998-01-555-5370 WF)
- Rating: Rated under the Defense Priorities and Allocations System (DPAS)
- Inspection & Acceptance: At Origin
- F.O.B.: Origin
Eligibility & Set-Aside
This is a restricted acquisition for qualified sources only: BAE Systems (CAGE: 94117) and InDesign LLC (CAGE: 1UQ09). Only U.S. Contractors are eligible to submit offers.
Submission & Evaluation
- Offers Due: April 30, 2026, 11:59 PM (extended by amendment)
- Offer Validity: Offerors must hold prices firm for 120 calendar days.
- Evaluation Criteria: All evaluation factors other than cost or price, when combined, are Significantly Less Important than Cost or Price, indicating a cost-dominant evaluation.
Key Deliverables & Requirements
- A Counterfeit Prevention Plan (CPP) (CDRL A001, DI-MISC-81832) is required within thirty (30) calendar days after contract award. This plan must be submitted via email to jaime.meredith@us.af.mil and is subject to distribution and export control warnings.
- Compliance with all specified packaging, marking, and hazardous material handling standards.
Contact Information
- Primary Contact: Kody Quayle
- Email: kody.quayle@us.af.mil